Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2019-584 - 9/24/2019 - Approved
00 52 23 AGREEMENT This Agreement, for the Project awarded on September 24, 2019, is between the City of Corpus Christi (Owner)and Grace Paving&Construction Inc (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: IDIQ Minor Street Improvements FY 2019 Proiect No. 19061A;19062A; 19063A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: ECMS,LLC 5001 Oakmont Drive Corpus Christi,Tx 78413 ecms@att.net 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel,PMP—Assistant Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Rd-#5 Corpus Christi,TX 78413 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This contract is for an initial One-Year duration, with two One-Year optional renewals. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 395 calendar days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. Agreement 00 52 23-1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 SCANNED CONTRACT DOCUMENTS FOR CONSTRUCTION OF IDIQ ISTREET IMPROVEMENTS FY 2019 PROJECT NUMBERS - 19061A; 19062A & 19063A 4��� �a� �N, City of C01pu I-ro ' 3006s Christ" �eo S T i ECMS, LLC 5001 Oakmont Drive, Corpus Christi TX 78413 361-549-4576 FELIX H. OCANAS JR., P.E. i Record Drawing Number: STR-952 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 00 00 Cover 000100 Table of Contents(Rev.11-14-2018) 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10-11-2018) 00 30 00 Bid Acknowledgment Form (Rev 10-11-2018) 00 30 01 Bid Form (Rev 10-11-2018) 00 30 02 Compliance to State Law on Nonresident Bidders (Rev 10-11-2018) 00 30 05 Disclosure of Interest(Rev01-2016) 00 30 06 Non-Collusion Certification (Rev 10-11-2018) 00 45 16 Statement of Experience(Rev 10-11-2018) 00 52 23 Agreement(Rev 10-11-2o18) 00 61 13 Performance Bond (Rev 10-11-2018) 00 61 16 Payment Bond (Rev 10-11-2018) 00 72 00 General Conditions(Rev 11-13-2018) 00 73 00 Supplementary Conditions(Rev 10-11-2018) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-11-2018) 012310 Alternates and Allowances(Rev 10-11-2018) 01 29 01 Measurement and Basis for Payment(Rev 10-11-2018) 01 33 01 Submittal Register(Rev 10-11-2018) 01 35 00 Special Procedures (Rev 10-11-2018) 015000 Temporary Facilities and Controls(Rev 10-11-2018) 01 57 00 Temporary Controls(Rev 10-11-2018) Part S Standard Specifications 022 EARTH WORK 022020 Excavation & Backfill for Utilities(Rev 3-25-15) 022021 Control of Ground Water(Rev10-30-14) 022022 Trench Safety for Excavations(Rev 10-30-14) 022040 Street Excavation (Rev 10-30-14) 022 Channel Excavation (Rev03-25-15) Table of Contents 000100- 1 IDIQ MINOR STREET IMPROVEMENTS FY 2019-PN 19061A; 19062A; 19063A Rev 11/2018 Division/ Title Section 022080 Embankment(Rev 10-30-14) 022100 Select Material (Rev 10-30-14) 022420 Silt Fence (Rev 10-30-14) 0252 ROADWAY 025202 Scarifying and Reshaping Base Course (10-30-14) 025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement(Rev 11-09-16) 025208(S-17) Soil-Cement Base (Rev 10-30-14) 025210 Lime Stabilization (Rev 10-30-14) 025223 Crushed Limestone Flexible Base(Rev03-25-15) 0254 ASPHALTS AND SURFACES 025402(S27A) Planning Asphalt Surfaces (Rev 10-30-14) 025404 Asphalt Oils and Emulsions (Rev10-30-14) 025410 Asphalt Crack Sealing(12-30-08) 025412 Prime Coat(Rev 10-30-14) 025414 Aggregate For Surface Treatment(Rev03-25-15) 025416 Seal Coat(Rev 03-25-15) 025418 Surface Treatment(Rev03-25-15) 025419(S-37) Slurry Seal (12-30-08) 025424 Hot Mix Asphalt Concrete (Rev03-25-15) 0256 ROADWAY CONCRETE WORK 025608 Inlets 025610 Concrete Curb&Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps(Rev 03-25-15) 025620 Portland Cement Concrete Pavement(Rev03-25-15) 0258 TRAFFIC CONTROL&DEVICES 025802 Temporary Traffic Controls During Construction (Rev 10-30-14) 025803 Traffic Signal Adjustments(Rev10-3G-14) Table of Contents 000100-2 IDIQ MINOR STREET IMPROVEMENTS FY 2019-PN 19061A; 19062A; 19063A Rev 11/2018 Division,1 Title Section 025805 Work Zone Pavement Markings(Rev10-30-14) 025807 Pavement Markings(Paint and Thermoplastic)(Rev 10-30-14) 025813 Preformed Thermoplastic Striping,Words& Emblems(Rev 03-25-15) 025816 Raised Pavement Markers(Rev 10-30-14) 025818 Reference Specification-TWOT DMS-4200 Pavement Markers (Reflectorized) (Rev 03-25-15) 025828 Reference Specification-TxDOT DMS-6130 Bituminous Adhesive For Pavement Marker(Rev 03-25-15) END OF SECTION Table of Contents 00 0100- 3 IDIQ MINOR STREET IMPROVEMENTS FY 2019-PN 19061A, 19062A, 19063A Rev 11/2018 002113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Name of Project IDIQ Minor Street Improvements FY-2019 Owner's Project Identification No. 19061A; 19062A&19063A This project is an Indefinite Delivery Indefinite Quantity(IDIQ)construction contract with three (3) parts: Minor Street Pavement Repairs (Part A), Special Projects (Part B) and Street Preventative Maintenance Program Prep Work(Part Q.Individual orders"Delivery Orders" will provide specific scope, time of performance and cost. The City intends to award this contract for an initial 1-year duration, with two 1-year optional renewals. The option to renew will be based on the Director of Engineering's determination,the Contractor's successful performance of the work and all Delivery Orders, and concurrence of the Contractor. The award will be $4,500,000, the bids will establish the unit pricing and basis for determining the lowest responsive and responsible bidder. The contract allows for a City-approved economic adjustment to apply to a renewal period if based upon published cost-of-construction indices acceptable to the City. Part A($1.5 mil) Work may include pavement rehabilitation/replacement,base repairs with limestone,and sub- grade Stabilization, saw cutting, crack sealing, seal coating, milling, curb & gutter, driveway replacement,curb ramps,and minor utility manhole ring&cover and valve adjustments. Part B($2.5 mil) Special Projects includes projects that may fall outside the scope of Part A. The specific scope and purpose of projects vary,depending on the type of contract. Part C($500 k) SPMP Prep Work includes projects that support the Street Preventative Maintenance Program (SPMP). Work may include pavement rehabilitation/replacement,base repairs with limestone, and sub-grade Stabilization, saw cutting, crack sealing, seal coating, milling, curb & gutter, driveway replacement, curb ramps, and minor utility manhole ring & cover and valve adjustments. Invitation to Bid and Instructions to Bidders 002113- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A Rev 10/2018 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$4,500,000. The Project is to be substantially complete and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda,lists of interested parties,reports,or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2.00 PM Wednesday, 1ulK_3,1 0 ' to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.c:om. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. 3.04 If submitting a hard copy bid or bid security, 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-IDIQ Minor Street Improvements FY 2019, PN: 19061A, 19062A& 19063A 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 the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard Conference 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. Invitation to Bid and Instructions to Bidders 002113-2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A Rev 10/2018 ARTICLE 4—PRE-BID CONFERENCE A non-mandatory pre-bid conference for the Project will be held at 10:00 AM on Tuesday._ July 23, 2019 of conference at the following location: City Hall Building, 3'd Floor Engineering SmartBoard Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. 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,thatthe 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 Invitation to Bid and Instructions to Bidders 002113-3 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A Rev 10/2018 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.civcast usa.cairr. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Questions must be submitted by 5:00 p.m. seven (7)days prior to the date of the bid opening in order for responses to be posted. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent(5%)of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at : shall scan and upload a copy of the Bid Security as an attachment to their bid. The original Bid Bond, 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 of this Section. 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. Invitation to Bid and Instructions to Bidders 002113-4 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A Rev 10/2018 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 2. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 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 Invitation to Bid and Instructions to Bidders 002113-5 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A Rev 10/2018 Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document,either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE with the date Bid 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 Invitation to Bid and Instructions to Bidders 002113-6 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A Rev 10/2018 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 will,at its discretion,award the contract to the lowest responsible bidder for the base bid, plus any combination of Add or Deduct Alternates. 15.02 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. 15.03 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 00 GENERAL CONDITIONS. 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 Article 6 of the Supplementary Conditions set 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 Engineering Services 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 executed Contract to the Owner within 10 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 Invitation to Bid and Instructions to Bidders 002113-7 IDIQ Minor Street Improvements FY 2019, PN:19061A; 19062A; 19062A Rev 10/2018 by both parties. Owner will process the Contract expeditiously. However,Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes,however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 00 GENERAL CONDITIONS. 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 or contract award process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding or award 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.comigoverni-nentLcit -secreta conflict- 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 because 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. Invitation to Bid and Instructions to Bidders 002113-8 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A Rev 10/2018 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. I. Bids received from a Bidder identified on a list prepared and maintained by the Texas Comptroller under Chapter 2252 of the Texas Government Code. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid,OWNER reserves rightto determine most advantageous Bid orto rejectthe 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. Invitation to Bid and Instructions to Bidders 002113-9 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A Rev 10/2018 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 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) resources, workforce, equipment and supervision/supervisory staff; (iii) past performance to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-10 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A Rev 10/2018 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: 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. To submit the original bid security or if submitting hard copy bids, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-IDIQ Minor Street Improvements FY 2019 Project No. 19061A; 19062A; 19063A 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 TO BID AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder acknowledges that Owner, at its discretion, will correct mathematical errors contained in the Bid and will conform bid items in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 2.04 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. 2.05 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress,and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations,investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. Bid Acknowledgement Form 003000-2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations,investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 3.13 As required by Chapter 2270, Texas Government Code, Bidder hereby verifies that it does not boycott Israel and will not boycott Israel through the term of this Contract. For purposes of this verification, "boycott Israel" means refusing to deal with,terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. 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 15.03 of SECTION 00 72 00 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, plus any combination of Add or Deduct Alternates. ARTICLE 5—EVALUATION OF BIDDERS 5.01 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 responsive, 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. Bid Acknowledgement Form 003000-3 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 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, correct mathematical errors or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 17.16 of the General Conditions within 395 calendar days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete within the number of days indicated above in Paragraph 6.01 and will be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within the number of days indicated in Section 00 30 01 BID FORM. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. G. SECTION 00 45 16 STATEMENT OF EXPERIENCE 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. Bid Acknowledgement Form 003000-4 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—ETHICAL BEHAVIOR 10.01 Bidder certifies that Bidder's officers,employees and agents will not attempt to lobby or influence a vote or recommendation related to this Bid,directly or indirectly,through any contact with City Council members or other City officials from the date the Bid is submitted to the City until a Contract is executed by the City Manager or designee, except that comments are allowed to be made at a public meeting held under the Texas Open Meetings Act. ARTICLE 11—SIGNATORY REQUIREMENTS FOR BIDDERS 11.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 11.02 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. 11.03 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. 11.04 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. 11.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 ARTICLE 12—BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership,or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Project IDIQ Minor Street Improvements-FY 2019 Name: Project 19061A;19062A;19063A Number: Owner: City of Corpus Christi Bidder: OAR: Designer: ECMS,LLC Felix H.Ocanas,Jr.,P.E. Basis of Bid for Parts A_B&C Kern DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANT TTY AMOUNT Base Bid-PartA(PN 19061A) Part A-General(p-r SLFCTI'.-m!0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-A1 Mobilization(not to exceed 5"/,total bid) LS 1 A-A2 Bonds and Insurance LS 1 A-A3 Traffic Control,Residential Streets Day 250 A-A4 Traffic Control,Arterial Streets Day 75 A-A5 Ozone Days EA 5 A-A6 IStorm Water Pollution Prevention LS 1 SUBTOTAL PART A-GENERAL(Items A-Al thru A-AS) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-131 Seal Coat, per single course SY 1,600 A-132 Crack Seal,0-1"wide LF 1,000 Planing(Milling),2"1,000 to 2,000 SY minimum per A-133 Delivery Order SY 1,600 ......... A-134 Planing(Milling),Additional 1"1000 to 2,000 SY SY 1,600 minimum per Delivery Order _ A-135 Cement Stabilized Base with 4%Cement,existing SY 704 limestone base,3-6",complete in place per SY Pot Hole Crew:Provide a 3-man pot hole repair crew to A-136 8-Hr.Day 20 include labor,materials,equipment&incidentals HMAC,Type"D"material for pot hole repair,TxDOT A-67 Standard Specification for Construction Item 340, Ton 100 including SS 1 emulsion for tack coat A-68 ATI-Season Pre-Coated Patching mixture(ASPPM),TxDOT Ton 100 DMS 9202.5,including SS 1 emulsion for tack coat - ---... ... ....... _.. ... A-69 Allowance for Unanticipated Street Improvements LS 1 1 $20,000 $20,000 Range 1 to 100 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade, base and surface treatment/repair using asphalt concrete(HMAC). Items A-1310 to A-1314 A-1310 Subgrade Repair up to 4-6"Depth(lime stabilization) SY K6,000 A-1311 Base Repair,Upper 2"Depth (Limestone) SY A-812 Base Repair,Additional 1"Depth(Limestone) SY A-1313 Surface Treatment Repair Upper 2"HMAC SY A-614 Surface Treatment Repair Additional 1" Depth HMAC SY 5,000 Bid Form 00 3001-Page 1 of 5 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT liaal;e 100 to 250 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade, Vase and surface treatment/repair using asphalt concrete(HMAC). Items A-1315 to A-1319 A-1315 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 996 A-1316 Base Repair,Upper 2"Depth (Limestone) SY E�6,O 0 A-617 Base Repair,Additional 1"Depth(Limestone) SY 0 A-618 Surface Treatment Repair Upper 2"HMAC SY 00 A-1319 Surface Treatment Repair Additional 1" Depth HMAC SY 6,000 Range 250 to 1000 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade, base and surface treatment/repair using asphalt concrete(HMAC). Items A-1320 to A-1324 A-1320 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 1,000 A-1321 Base Repair,Upper 2"Depth (Limestone) SY 6,000 A-B22 Base Repair,Additional 1"Depth(Limestone) SY 6,000 A-1323 Surface Treatment Repair Upper 2"HMAC SY 6,000 A-B24 Surface Treatment Repair Additional 1"Depth HMAC SY 6,000 SUBTOTAi.PART B-STREET IMPROVEMENTS(Items A-BI thru A-1324) Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) . New A---_..__--- A-C1 DA Curb Ramp:Concrete Curb Ramps,meeting SF 300 TDLR requirements,complete in place A-C2 Remove&Replace ADA curb ramp:Removal& SF 300 Replacement of ADA ramps not in compliance w/TDLR SURTO"I Ai.PART C-ADA IMPROVEMENTS(A-C1 THRU A-C2) Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-D1 Removal&Replacement of Curb&Gutter,complete in LF 500 place A-D2 Removal&Replacement of driveway approaches, SF 800 complete and in place A-D3 Removal_&Replacement of Sidewalks SF 430 Storm Water Manhole Ring&Cover Adjustment,w/new A-D4 Manhole Ring and Cover Assembly w/new Concrete Each 5 Height Adjustment Rings&w/Concrete Collar,complete in place SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(A-D1 THRU A-D4) Part E-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-E1 Water Valve Adjustment w/Concrete Collar,complete in Each 5 _ place SUBTO IAL PART E-WATER IMPROVEMENTS(A-El) Part F-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring&Cover Adjustment, A-F1 including New Manhole Ring&Cover Assembly w/new Each 5 HDPE Height Adjustment Rings,Stainless Steel Inflow Inhibitor and w/Concrete Collar,complete in place SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(A-F1) Bid Form 00 30 01-Page 2 of 5 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 IterrlESTIMATED EXTENDED DESCRIPTION UNIT UNIT PRICE QUANTITY AMOUNT Base Bid-Part B(PN 19062A) Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B-A1 Mobilization(not to exceed 5%-total bid) LS 1 B-A2 Bonds and Insurance LS 1 B-A3 Traffic Control,Residential Streets Day 200 B-A4 Traffic Control,Arterial Streets Day 200 B-A5 Ozone Days EA 8 B-A6 Storm Water Pollution Prevention LS 1 SUBTOTAL PART B-GENERAL(Items B-Al thru B-A4) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B-131 Planing(Milling),2"1,000 to 2,000 SY minimum per SY Delivery Order 2000 13-132 Planing(Milling),Additional 1"1000 to 2,000 SY SY minimum per Delivery Order 2000 Cement Stabilized Base with 4%Cement,existing B 63 SY limestone base,3-6",complete in place per SY 500 B-134 lAllowance for Unanticipated Street Improvements LS I 1 I $20,000 $20,000 Range 1 to 100 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade, base and surface treatment/repair using asphalt concrete(HMAC). Items&B5 to B-B9 B-B5 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 5000 B-136 Base Repair,Upper 2"Depth (Limestone) SY 11000 B-B7 Base Repair,Additional 1"Depth(Limestone) SY 11000 B-138 Surface Treatment Repair Upper 2"HMAC SY 11000 B-139 Surface Treatment Repair Additional 1"Depth HMAC SY 9000 Range 100 to 250 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;Subgrade, base and surface treatment/repair using asphalt concrete(HMAC). Items 13-1310 to B-1314 B-B10 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 3800 B-1311 Base Repair,Upper 2"Depth (Limestone) SY 11000 B-612 Base Repair,Additional 1"Depth(Limestone) SY 10000 B-1313 Surface Treatment Repair Upper 2"HMAC SY 10000 B-1314 Surface Treatment Repair Additional 1"Depth HMAC SY 9000 Range 250 to 1000 SY-Localized Flexible Pavement Structure Repairs with sawcutting existing roadway;subgrade, base and surface treatment/repair using asphalt concrete(HMAC). Items 13-615 to 13-1319 B-B15 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 300 B-B16 Base Repair,Upper 2" Depth (Limestone) SY 11000 B-B17 Base Repair,Additional 1"Depth(Limestone) SY 11000 B-1318 Surface Treatment Repair Upper 2"HMAC SY 11000 B-B19 Surface Treatment Repair Additional 1" Depth HMAC SY 9000 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B-Bl thru B-1319) Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B-C1 New ADA Curb Ramp:Concrete Curb Ramps,meeting SF 800 TDLR requirements,complete in place B-C2 Remove&Replace ADA curb ramp:Removal& SF 770 Replacement of ADA ramps not in compliance w/TDLR SUBTOTAL PART C-ADA IMPROVEMENTS(B-Cl THRU B-C2) Bid Form 00 30 01-Page 3 of 5 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 Item DF5CIiIPWN UNIT ESTIMATE.❑ UNIT PRICE EXTENDED QUANTITY AMOUNT Parl D-DRAINAGE IMPROVEMENTS(ot!r SECTION 01 x,01 MEASUREMENT AND BASIS FOR PAYMENT) B-D1 Removal&Replacement of Curb&Gutter,complete in LF 800 place B D2 Removal&Replacement of driveway approaches, SF 800 complete and in place B-D3 Removal&Replacement of Sidewalks SF 800 Storm Water Manhole Ring&Cover Adjustment,w/new B D4 Manhole Ring and Cover Assembly w/new Concrete Each 5 Height Adjustment Rings&w/Concrete Collar,complete in place SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(11-D1 THRU 13-1]4) Part E-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B-E1 Water Valve Adjustment w/Concrete Collar,complete in Each 5 place SUI1TOTAl.PART E-WATER IMPROVEMENTS(B-El) Part F-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring&Cover Adjustment, B-F1 including New Manhole Ring&Cover Assembly w/new Each 5 HDPE Height Adjustment Rings,Stainless Steel Inflow Inhibitor and w/Concrete Collar,complete in place SURTO rAl_PART F-WASTEWATER IMPROVEMENTS(B-F1) Base Bid-Part C(PN 19063A) Pa it A-Geneial(pc r SECTION 0129 01 MEASi 8'-Ml-NT AND BASIS FOR PAYMF[I T 1 C-A1 Mobilization(not to exceed 556-total bid) LS 1 f C-A2 Bonds and Insurance LS :I. C-A3 Traffic Control, Residential Streets Day !l7 C-A4 Traffic Control,Arterial Streets Day 40 C-A5 Ozone Days Each 3 _C-A6 Storm Water Pollution Prevention LS 1 SUBTOTAL PART C-GENERAL(Items C-Al thru C-A6) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C-61 JAIlowance for Unanticipated Street Improvements I LS 1 1 S20,000 1 i20'000 Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade,base and surface treatment/repair using asphalt concrete(HMAC). Items C-132 to C-B6 C-132 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 1,000 C-B3 Base Repair,Upper 2"Depth (Limestone) SY 6,000 C-B4 Base Repair,Additional 1"Depth(Limestone) SY 6,000 _C-B5 Surface Treatment Repair Upper 2"HMAC SY 6,265 C-B6 Surface Treatment Repair Additional 1"Depth HMAC SY 6,000 SUB"TOTAL PART13-STREET IMPROVEMENTS(Items C-B2 thru C-661 Pert C-ADA IMPROVEMENTS;pr SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C-C1 New ADA Curb Ramp:Concrete Curb Ramps,meeting SF 300 TDLR requirements,complete in place C-C2 Remove&Replace ADA curb ramp:Removal& SF 300 Replacement of ADA ramps not incompliance w/TDLR SUBTOTAL PART C-ADA IMPROVEMENTS(C-C1 THRU C-C2) Bid Farm 00 30 01-Page 4 of 5 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Removal Replacement ot Curbu er,complete In C-D1 place LF 500 RemovalReplacement o driveway approaches,C-D2 complete and in place SF 800 C-D3 Removal&Replacement of Sidewalks SF 430 Storm Water Manhole Ring&Cover Adjustment,w/new Manhole Ring and Cover Assembly w/new Concrete C-134 Manhole 5 Height Adjustment Rings&w/Concrete Collar,complete in place SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(C-D1 THRU C-D4) Part E-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT&BASIS FOR PAYMENT) C-E1 Water Valve Adjustment w/Concrete Collar,complete in Each 5 place SUBTOTAL PART E-WATER IMPROVEMENTS(C-E3) Part F-WASTEWATER IMPROVEMENTS(SECTION 0129 01 MEASUREMENT&BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring&Cover Adjustment, C-F1 including New Manhole Ring&Cover Assembly,new Each 5 HDPE Height Adjustment Rings,Stainless Steel Inflow Inhibitor and w/Concrete Collar,complete in place SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(C-Fl) BID SUMMARY- PART A(PN 19061A) SUBTOTAL PART A-GENERAL(Items A-A1 thru A-A6) SUBTOTAL PART B-STREET IMPROVEMENTS(Items A-131 thru A-B24) SUBTOTAL PART C-ADA IMPROVEMENTS(Items A-C1 thru A-C2) SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items A-DI thru A-D4) SUBTOTAL PART E-WATER IMPROVEMENTS(Item A-E1) SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Item A-FI) TOTAL PROJECT BASE BID(PARTS A THRU F) BID SUMMARY- PART B(PN 19062A) SUBTOTAL PART A-GENERAL(Items B-A1 thru B-A6) SUBTOTAL PART B-STREET IMPROVEMENTS(Items 13-131 thru B-1319) SUBTOTAL PART C-ADA IMPROVEMENTS(Items B-C1 thru B-C2) SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items B-131 thru B-D4) SUBTOTAL PART E-WATER IMPROVEMENTS(Item B-E1) SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Item B-FI) TOTAL PROJECT BASE BID(PARTS ATHRU F) BID SUMMARY- PART C(PN 19063A) SUBTOTAL PART A-GENERAL(Items C-A1 thru C-A6) SUBTOTAL PART B-STREET IMPROVEMENTS(Items C-131 thru C-1319) SUBTOTAL PART C-ADA IMPROVEMENTS(Items C-C1 thru C-C2) SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items C-D1 thru C-134) SUBTOTAL PART E-WATER IMPROVEMENTS(Item C-EI) SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Item C41) TOTAL PROJECT BASE BID(PARTS A THRU F) TOTAL PROJECT AMOUNT BID SUMMARY PARTS A,B&C Bid Form 00 30 01-Page 5 of 5 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 IDIQ MINOR STREET IMPROVEMENTS-FY 2019-PN: 19061A; 19062A; 19063A 10/2018 00 30 05 City of Corpus Christi Disclosure of Interest CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance: 171.12, as amended, requires all wi-sons or firms seeking to do business with the City to provide the following information. Every question must Vc answered. If the question is not applicable, answer with "NA". See reverse side for Filing Rei ulrements_Certifications and definitions. COMPANY NAME: STREET P. O. BOX: ADDRESS CITY: STATE: ZIP: - FIRM IS: 1. Co ration 2. Pannershi 3. Sole Owner E]4. Assocp iation e 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the naEnes of oach "employyee" of the City of Corpus Christi having an -osx no.rslilp 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 thc names of each employee or officer of a"consultant" for the 01N,of Corpus Christi who worked on any niatter reloicci to the subject of this contract and has an "ownership interest" constituting 3% or more of the o�viicrship in the above named "firm." Name Consultant City of Corpus Christi 00 30 05—1 IDIQ MINOR STREET IMPROVE MENTS-FY2019-PN: 19061A; 19062A; 19063A Rev 01/2016 FILING REQUIREMENTS Ifa person„vlto re nests official action on a matter knows that the Icqu.s(cdl action will confer an economic benefit on any City official or employee that is dlStingmishal le from the c ilccl di—I l dic iction will have on members of the public in general or a subslanlrrl d ?menl Clic: e af. you Shall disch),,• III,,I f•ict lir :I signed writilIK�,to the City official, employee or body thrit has he it I.•ilucsted to act in the ittatter, Lill iess (11C interest of the City official or employee in the matter is appa:reni l•hi, tl, :c ly��ure shall also be made in a signed writing filed with the City Secretary. 1Ethics Ordimiiic-c wii CERTIFICATION I certify that ;ill inl'.minion provided is 11110 -ind correct as of the date of this statement, that I have; not knowingly Wlthlicldl discld]sim- A :in l' lnf�mi.,lti n requested, and that supplemental statements will be promptly submitted to the City of Cr,rl)rt'; ('liri 1i. .I•d, i �; uh.ingyes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: DEFINITIONS a. "Board member.” A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture,receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-1 IDIQ MINOR STREET IMPROVEMENTS-FY2019-PN: 19061A; 19062A; 19063A Rev 01/2016 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: IDIQ Minor Street Improvements FY 2019 Pro'ect No. 19061A• 19062A• 19063A Bidder certifies that it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 003006- 1 IDIQ MINOR STREET IMPROVEMENTS-FY 2019 PN:19061A; 19062A; 19063A 10/2018 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, or earlier if required by the Bid Documents,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 forthe Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible,the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function,their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be Statement of Experience 004516-1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Statement of Experience 004516-2 IDIQ Minor Street Improvements FY 2019, PN:19061A; 19062A; 19063A Rev 10/2018 Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2(c) (1)and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (the "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 004516-3 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 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 004516-4 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) Historyforthe last 3 years. Provide documentation of the EMR. Year EMR I Year I EMR Year I EMR Previous Bidding and Construction Experience—Answer all question Yes or No. Has Bidder or a predecessor organization been debarred within the last 10 years? List debarring entities below and provide full details in a separate attachment if yes. NO YES 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. NO 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. NO 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. NO 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. NO 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. NO YES Statement of Experience 004516-5 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Statement of Experience 004516-6 IDIQ Minor Street Improvements FY 2019, PN:19061A; 19062A; 19063A Rev 10/2018 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-7 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 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 Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proeect information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Statement of Experience 004516- 10 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance # Days Original Final Contract #Contract Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project De Name scription Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516- 11 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's SafM Record and Ex erlence 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. NO YES 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. NO YES 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. NO YES The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ❑Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑Yes ❑ No 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑ Yes ❑ No ❑ N/A C. Cranes& Hoists ❑ Yes ❑ No ❑ N/A D. Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 004516- 12 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification System 5 ° Yes ❑ No ("NAICS")Category 23 for each of the past five(5)years? Provide the Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder's 6 NCCI workers' compensation experience rating sheets for the past five (5) years in a ❑ Yes ❑ No separate attachment. Has the Bidder had any OSHA inspections within the past six (6) months? Provide 7 documentation showing the nature of the inspection,the findings, and the magnitude of ❑ Yes ❑ No the issues in a separate attachment if yes. Statement of Experience 004516- 13 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Table 5-Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/ DBE Participation Policy Name Work to be Provided Estimated%of Contract Price Statement of Experience 004516- 14 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 004516- 15 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 00 52 23 AGREEMENT This Agreement,for the Project awarded on ,is between the City of Corpus Christi (Owner) and W� (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: IDIC .Minor Street Improvernents FY 2019 Project No. 19061A; 19062A; 19063A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: ECMS, LLC 5001 Oakmont Drive Corpus Christi,Tx 78413 ecrosdPatt.net 2.02 The Owner's Authorized Representative for this Project is: Felix H. Ocanas,Jr., P.E. 5001 Oakmont Drive Corpus Christi,Tx 78413 ecros@att.net ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 395 calendar days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. Agreement 005223- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof,Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $ 500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $ $500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness forfinal payment until the Work is completed and readyforfinal payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages,and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 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 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 IDIQ Minor Street Improvements FY 2019, PN: 19061A, 19062A; 19063A Rev 10/2018 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.6, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option,retainage may be increased to a higher percentage rate,not to exceed ten percent, 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 17.01 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 17.16 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 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.1) and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor;and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records,books, correspondence,instructions,drawings, receipts,vouchers,memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications,forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR— Contract Documents must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, documents must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; Agreement 005223-5 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 D. CITY SECRETARY for the City. [SIGNATURE PAGE TO FOLLOW] Agreement 005223-6 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financia!Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-7 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 006113 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street, 3rd Floor under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and its license Contract to execute bonds in the State of Texas. Project name and number: Telephone(main number): Telephone(for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond _ Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any (Date of Bond cannot be earlier than Award Date of notice of claim should be sent may be obtained the Contract) from the Texas Dept. of Insurance by calling the following toll-free number.1-800-252-3439 Performance Bond 006113- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 IDIQ Minor Street Improvements FY 2019, PN: 19061A, 19062A; 19063A Rev 10/2018 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and its license Contract to execute bonds in the State of Texas. Project name and number: Telephone(main number): Telephone(for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number. 1-800-252-3439 Payment Bond Form 006116- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev. 10/2018 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev. 10/2018 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .......................................................................................................9 1.01 Defined Terms................................................. .........................................................................9 1.02 Terminology.,................ .................... ......................................................................................14 Article2—Preliminary Matters................................................................................................................... 15 2.01 Delivery of Bonds and Evidence of Insurance............................................................................. 15 2.02 Copies of Documents.................................................................................................................. 15 2.03 Before Starting Construction ......................................................................................................16 2.04 Preconstruction Conference; Designation of Authorized Representatives................................16 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................16 3.01 Intent...........................................................................................................................................16 3.02 Reference Standards...................................................................................................................17 3.03 Reporting and Resolving Discrepancies......................................................................................18 3.04 Interpretation of the Contract Documents.................................................................................19 3.05 Reuse of Documents...................................................................................................................19 Article 4—Commencement and Progress of the Work..............................................................................19 4.01 Commencement of Contract Times; Notice to Proceed.............................................................19 4.02 Starting the Work........................................................... ............................................................19 4.03 Progress Schedule....................................................................................................................... 19 4.04 Delays in Contractor's Progress..................................................................................................20 Article 5 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................21 5.01 Availability of Lands ....................................................................................................................21 5.02 Use of Site and Other Areas........................................................................................................21 5.03 Subsurface and Physical Conditions............................................................................................22 5.04 Differing Subsurface or Physical Conditions...............................................................................22 5.05 Underground Facilities................................................................................................................24 5.06 Hazardous Environmental Conditions at Site .............................................................................25 Article 6—Bonds and Insurance .................................................................................................................27 6.01 Performance, Payment, and Other Bonds..................................................................................27 6.02 Licensed Sureties........................................................................................................... .............27 General Conditions 007200-1 Corpus Christi Standards-Regular Projects Rev 11/2018 6.03 Required Minimum Insurance Coverage ..........—.......................................................................28 6.04 General Insurance Provisions......................................................................................................28 6.05 Contractor's Insurance................................................................................................................29 6.06 Property Insurance......................................................................................................................31 6.07 Waiver of Rights..........................................................................................................................33 6.08 Owner's Insurance for Project....................................................................................................33 6.09 Acceptable Evidence of Insurance................................................................................... ..... 33 6.10 Certificate of Insurance....................................................................................... .......................34 6.11 Insurance Policies........................................................................................................................34 6.12 Continuing Evidence of Coverage...............................................................................................34 6.13 Notices Regarding Insurance ......................................................................................................34 6.14 Texas Workers' Compensation Insurance Required Notice .......................................................34 Article 7—Contractor's Responsibilities.....................................................................................................37 7.01 Supervision and Superintendence..............................................................................................37 7.02 Labor; Working Hours..................................................................................................................37 7.03 Services, Materials,and Equipment ...........................................................................................38 7.04 Concerning Subcontractors,Suppliers,and Others....................................................................38 7.05 Patent Fees and Royalties...........................................................................................................39 7.06 Permits........................................................................................................................................40 7.07 Taxes ........................................................................................................... ............................40 7.08 Laws and Regulations..................................................................................................................40 7.09 Safety and Protection..................................................................................................................41 7.10 Safety Representative.................................................................................................................41 7.11 Hazard Communication Programs..............................................................................................42 7.12 Emergencies........................................................................................ ............................42 7.13 Contractor's General Warranty and Guarantee .........................................................................42 7.14 Indemnification...........................................................................................................................43 7.15 Delegation of Professional Design Services................................................................................45 Article8—Other Work at the Site...............................................................................................................45 8.01 Other Work.................................................................................................................................45 8.02 Coordination ...............................................................................................................................46 8.03 Legal Relationships......................................................................................................................46 Article 9—Owner's and OPT's Responsibilities...........................................................................................47 General Conditions 007200-2 Corpus Christi Standards-Regular Projects Rev 11/2018 9.01 Communications to Contractor ..................................................................................................47 9.02 Replacement of Owner's Project Team Members......................................................................47 9.03 Furnish Data.................................................................................................................................47 9.04 Pay When Due.............................................................................................................................47 9.05 Lands and Easements; Reports and Tests...................................................................................47 9.06 Insurance.............................................................................................--......................................47 9.07 Modifications..............................................................................................................................47 9.08 Inspections, Tests, and Approvals...............................................................................................47 9.09 Limitations on OPT's Responsibilities .........................................................................................48 9.10 Undisclosed Hazardous Environmental Condition......................................................................48 9.11 Compliance with Safety Program..................................................................................,..............48 Article 10—OAR's and Designer's Status During Construction ...........................,,.....................................48 10.01 Owner's Representative..........................................................................................................48 10.02 Visits to Site..................................................................................--.....--------.........-- ................48 10.03 Resident Project Representatives...........................................................................................48 10.04 Rejecting Defective Work .......................................................................................................48 10.05 Shop Drawings, Modifications and Payments ........................................................................49 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................49 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................49 Article 11—Amending the Contract Documents; Changes in the Work....................................................49 11.01 Amending and Supplementing the Contract Documents.......................................................49 11.02 Owner-Authorized Changes in the Work................................................................................50 11.03 Unauthorized Changes in the Work........................................................................................50 11.04 Change of Contract Price ........................................................................................................51 11.05 Change of Contract Times.......................................................................................................52 11.06 Change Proposals....................................................................................................................52 11.07 Execution of Change Orders .................................................. ...............................53 11.08 Notice to Surety......................................................................................................................53 Article12—Change Management ..............................................................................................................54 12.01 Requests for Change Proposal................................................................................................54 12.02 Change Proposals....................................................................................................................54 12.03 Designer Will Evaluate Request for Modification...................................... 55 12.04 Equal Non Specified Products.................................................................................................55 General Conditions 007200-3 Corpus Christi Standards-Regular Projects Rev 11/2018 12.05 Substitutions...........................................................................................................................56 Article13—Claims.......................................................................................................................................57 13.01 Claims......................................................................................................................................57 13.02 Claims Process.........................................................................................................................57 Article 14—Prevailing Wage Rate Requirements.......................................................................................59 14.01 Payment of Prevailing Wage Rates........................................................................•................59 14.02 Records.................................................................................................. ..........................59 14.03 Liability; Penalty; Criminal Offense.........................................................................................59 14.04 Prevailing Wage Rates.............................................................................................................60 Article 15—Cost of the Work;Allowances; Unit Price Work—_—,................................................ ..........60 15.01 Cost of the Work.....................................................................................................................60 15.02 Allowances..............................................................................................................................62 15.03 Unit Price Work.......................................................................................................................63 15.04 Contingencies....................___............................................................-.........................•......63 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................64 16.01 Access to Work........................................................................................................................64 16.02 Tests, Inspections, and Approvals...........................................................................................64 16.03 Defective Work.......................................................................................................................65 16.04 Acceptance of Defective Work................................................................................................65 16.05 Uncovering Work....................................................................................................................66 16.06 Owner May Stop the Work.....................................................................................................66 16.07 Owner May Correct Defective Work.......................................................................................66 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................67 17.01 Progress Payments..................................................................................................................67 17.02 Application for Payment.........................................................................................................69 17.03 Schedule of Values..................................................................................................................71 17.04 Schedule of Anticipated Payments and Earned Value............................................................72 17.05 Basis for Payments..................................................................................................................72 17.06 Payment for Stored Materials and Equipment.......................................................................73 17.07 Alternates and Allowances .....................................................................................................74 17.08 Retainage and Set-Offs ...........................................................................................................74 17.09 Procedures for Submitting an Application for Payment.........................................................74 17.10 Responsibility of Owner's Authorized Representative...........................................................75 General Conditions 007200-4 Corpus Christi Standards-Regular Projects Rev 11/2018 17.11 Contractor's Warranty of Title................................................................................................76 17.12 Substantial Completion...........................................................................................................76 17.13 Partial Utilization.....................................................................................................................77 17.14 Final Inspection.......................................................................................................................77 17.15 Final Application for Payment.................................................................................................77 17.16 Final Payment........................................................................................... _...........................77 17.17 Waiver of Claims............................................................................................................... .....78 17.18 Correction Period....................................................................................................................78 Article 18-Suspension of Work and Termination.....................................................................................79 18.01 Owner May Suspend Work.....................................................................................................79 18.02 Owner May Terminate for Cause............................................................................................79 18.03 Owner May Terminate For Convenience................................................................................80 Article19-Project Management...............................................................................................................80 19.01 Work Included....................._ -.......................----.....................................................................80 19.02 Quality Assurance ...................................................................................................................81 19.03 Document Submittal...............................................................................................................81 19.04 Permits....................................................................................................................................81 19.05 Safety Requirements...............................................................................................................81 19.06 Access to the Site....................................................................................................................82 19.07 Contractor's Use of Site..........................................................................................................82 19.08 Protection of Existing Structures and Utilities........................................................................82 19.09 Pre-Construction Exploratory Excavations..............................................................................83 19.10 Disruption of Services/Continued Operations........................................................................84 19.11 Field Measurements ...............................................................................................................84 19.12 Reference Data and Control Points.........................................................................................84 19.13 Delivery and Storage...............................................................................................................85 19.14 Cleaning During Construction..................------................................--..--..-----.............................86 19.15 Maintenance of Roads, Driveways,and Access......................................................................86 19.16 Area Access and Traffic Control..............................................................................................87 19.17 Overhead Electrical Wires.......................................................................................................87 19.18 Blasting....................................................................................................................................87 19.19 Archeological Requirements...................................................................................................87 19.20 Endangered Species Resources...............................................................................................88 General Conditions 007200-5 Corpus Christi Standards-Regular Projects Rev 11/2018 19.21 Cooperation with Public Agencies-------............................................................... ........-88 Article 20—Project Coordination................................................................................................................88 20.01 Work Included..................................................................................................,......................88 20.02 Document Submittal...............................................................................................................88 20.03 Communication During Project................................. ..... 88 20.04 Project Meetings..................................................... ...................................89 20.05 Requests for Information........................................................................................................90 20.06 Decision and Action Item Log .................................................................................................91 20.07 Notification By Contractor..............................—.....................................................................91 20.08 Record Documents..................................................................................................................92 Article21—Quality Management...............................................................................................................94 21.01 Contractor's Responsibilities ..................................................................................................94 21.02 Quality Management Activities by OPT..................................................................................95 21.03 Contractor's Use of OPT's Test Reports..................................................................................96 21.04 Documentation.......................................................................................................................96 21.05 Standards.............................................................................................................................,..97 21.06 Delivery and Storage...............................................................................................................97 21.07 Verification Testing for Corrected Defects .............................................................................97 21.08 Test Reports............................................................................................................................97 21.09 Defective Work.......................................................................................................................98 21.10 Limitation of Authority of Testing Laboratory........................................................................98 21.11 Quality Control Plan.......................................................................--....................................98 21.12 Implement Contractor's Quality Control Plan ......................................................................100 Article 22—Final Resolution of Disputes..................................................................................................101 22.01 Methods and Procedures................................................................................................. ....101 Article 23—Minority/MBE/DBE Participation Policy................................................................................101 23.01 Policy................................................................. .........................................................101 23.02 Definitions......................................................................-- .--.....---.---.---.--.......................... 101 23.03 Goals .....................................................................................................................................103 23.04 Compliance ........................ ..........................................................,.................................... 103 Article 24—Document Management........................................................................................................103 24.01 Work Included.......................................................................................................................103 24.02 Quality Assurance .................................................................................................................103 General Conditions 007200-6 Corpus Christi Standards-Regular Projects Rev 11/2018 24.03 Contractor's Responsibilities ................................................................................................103 24.04 Document Submittal.............................................................................................................104 24.05 Document Numbering ..........................................................................................................105 24.06 Document Requirements...................................................................................................... 105 Article25—Shop Drawings.......................................................................................................................106 25.01 Work Included..............................................................................................---..............-- 106 25.02 Quality Assurance ............................................................................ .................................... 106 25.03 Contractor's Responsibilities ................................................................................................107 25.04 Shop Drawing Requirements................................................................................................108 25.05 Special Certifications and Reports.........................................................................................109 25.06 Warranties and Guarantees..................................................................................................109 25.07 Shop Drawing Submittal Procedures....................................................................................109 25.08 Sample and Mockup Submittal Procedures..........................................................................111 25.09 Requests for Deviation................................................. .......................................................112 25.10 Designer Responsibilities......................................................................................................112 25.11 Resubmission Requirements.................................................................................................114 Article26—Record Data ...........................................................................................................................115 26.01 Work Included.......................................................................................................................115 26.02 Quality Assurance .................................................................................................................116 26.03 Contractor's Responsibilities .................................................................................................116 26.04 Record Data Requirements..................................................................-- ..........................117 26.05 Special Certifications and Reports........................................................................................117 26.06 Warranties and Guarantees.................................................................................................. 117 26.07 Record Data Submittal Procedures....................................................................................... 117 26.08 Designer's Responsibilities.........................................................................................._.......119 Article 27—Construction Progress Schedule............................................................................................120 27.01 Requirements.............................................................. ......................................................... 120 27.02 Document Submittal.............................................................. ----.--....................................... 120 27.03 Schedule Requirements........................................................................................................120 27.04 Schedule Revisions...................................................................................... .........................122 27.05 Float Time ............................................................................................................................. 122 Article 28—Video and Photographic documentation ..............................................................................122 28.01 Work Included............. ........ ................................................................................................122 General Conditions 007200-7 Corpus Christi Standards-Regular Projects Rev 11/2018 38.02 Quality Assurance ........ .............. ................................................................................... -..123 28.03 Document Submittal.................................. .......................................................................123 28.04 Photeraphs........................................................ ................................................................... I23 38.05 Video Recording............................... ......... ..................................... ............................. ......124 Article 2Q—Execution and Closeout............................................................................ ............................124 29.01 Substantial Completion.............. --- ........ —.....................................................................124 39.02 Final Inspections ..................................................... .... .......................................................13S 29.03 Reinspection Fees.................................................................. ..........— ... ..........................125 29.04 Closeout Documents Submittal ......................................................................... —_— .......125 29.05 Transfer ofUtilities ...............................................................................................................l26 29.06 Warranties, Bonds,and Service Agreements................................................................ _1%G Article3O—Miscellaneous............................................................................................. ..........................127 30.01 Computation ofTimes ..........................................................................................................127 3002 Owner's Right toAudit Contractor's Records.......................................................................127 30.03 Independent Contractor................................................................................ —..................128 3004 Cumulative Remedies ............................. ............................................................................128 30.05 Limitation ofDamages...................................................................................... ...................I28 3006 NoWaiver.................................. ........ — ............................................................................1JQ 30.07 Severability.......................................................... ........ ........................................................1%8 3008 Survival ofObligations .................................................. ......... .............................................128 30.09 NoThird Party Beneficiaries .................................................................. ..........................1J8 80.10 Assignment mfContract ......... ............ ........ .............................. ....... ........................ 129 30.11 NoWaiver ofSovereign Immunity-----------------------...—.---. 129 3012 Controlling Lavv—............................................................................... ........ —.~............... l29 30.13 Conditions Precedent to Right to Sue..................................................................... ......... ..139 3014 Waiver ofTrial bvJury ................................................................................—....................—129 30.15 Attorney Fees......................................................................... ..............................................129 30.16 Compliance with Laws .................................................................................... .....................2J9 3017 Enforcement .........................................................................................................................%3O 30.18 Subject toAppropriation........................................................................................................13O 30i19Contract Sum.........................................................................................................................l30 30.20 Contractor's Guarantee auAdditional Remedy....................................................................13O 3021 Notices. .................................................................................................................................l3D General Conditions 007200'8 Corpus Christi Standards'Regular Projects Rev 11/2018 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings 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 singularform,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. 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; General Conditions 007200-9 Corpus Christi Standards-Regular Projects Rev 11/2018 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. §§5101 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. 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; General Conditions 00 72 00-10 Corpus Christi Standards-Regular Projects Rev 11/2018 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 15. 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 17.12 or 17.13. 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, Registered Architects or Registered Landscape 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. 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. General Conditions 007200-11 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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. The Progress Schedule must be a Critical Path Method (CPM)Schedule. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. General Conditions 00 72 00-12 Corpus Christi Standards-Regular Projects Rev 11/2018 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; 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, General Conditions 00 72 00-13 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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. General Conditions 00 72 00-14 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement (either electronic or printed) 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. General Conditions 00 72 00-15 Corpus Christi Standards-Regular Projects Rev 11/2018 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, which must be a Critical Path Method (CPM)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 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 General Conditions 00 72 00-16 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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 General Conditions 007200-17 Corpus Christi Standards-Regular Projects Rev 11/2018 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 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. General Conditions 00 72 00-18 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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. General Conditions 007200-19 Corpus Christi Standards-Regular Projects Rev 11/2018 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. No Damages for Delay: Contractor shall receive no compensation for delays or hindrances to the Work,except in the case of direct interference with means and methods by the Owner. In no event shall the Contractor be entitled to any compensation or recovery of any special damages in connection with any delays, including without limitation: consequential damages, lost opportunity costs, impact damages, or other similar damages. Owner's exercise of any of its rights or remedies under the Contract Documents (including without limitation ordering changes in the Work, or directing suspension, rescheduling, or correction of the Work), regardless of the extent or frequency of Owner's exercise of such rights or remedies, shall not be construed as active interference in the Contractor's performance of the Work. An extension of Contract Time,to the extent permitted, shall be the sole remedy of the Contractor for any acknowledged delays.Contractor 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 adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph.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; 3. Acts of war or terrorism;and 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 3. Hazardous Environmental Conditions. General Conditions 007200-20 Corpus Christi Standards-Regular Projects Rev 11/2018 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. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. 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 d. Injuries and losses sustained by the owners or occupants of these lands or areas. General Conditions 007200-21 Corpus Christi Standards-Regular Projects Rev 11/2018 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 007200-22 Corpus Christi Standards-Regular Projects Rev 11/2018 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 15.03. 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 007200-23 Corpus Christi Standards-Regular Projects Rev 11/2018 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 or General Conditions 007200-24 Corpus Christi Standards-Regular Projects Rev 11/2018 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 15.03. 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 5.05.8. 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 007200-25 Corpus Christi Standards-Regular Projects Rev 11/2018 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 007200-26 Corpus Christi Standards-Regular Projects Rev 11/2018 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 18 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 007200-27 Corpus Christi Standards-Regular Projects Rev 11/2018 6.03 Required Minimum Insurance Coverage A. Obtain and maintain insurance as required in this Article and in the Supplementary Conditions. B. Deliver evidence of insurance in accordance with the Supplementary Conditions 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. 6.04 General Insurance Provisions A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with this Article 6 and the Supplementary Conditions. B. Provide endorsements to the policies as outlined in this Article. 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 18 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. General Conditions 007200-28 Corpus Christi Standards-Regular Projects Rev 11/2018 L. Include the Owner and list the other members of the OPT and any other individuals ore ntities 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. 6.05 Contractor's Insurance A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 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 Article and the Supplementary Conditions. Insurance is to remain in effect 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 the Supplementary Conditions, 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 General Conditions 007200-29 Corpus Christi Standards-Regular Projects Rev 11/2018 providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and 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, fixtures, 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, 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: General Conditions 007200-30 Corpus Christi Standards-Regular Projects Rev 11/2018 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; 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 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 Article must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Article or the Supplementary Conditions 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. 6.06 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 Article and the Supplementary Conditions or those required by Laws and Regulations and must comply with the requirements of Paragraph 6.09. 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. General Conditions 007200-31 Corpus Christi Standards-Regular Projects Rev 11/2018 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 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 17.13. 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 Article and the Supplementary Conditions. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not General Conditions 007200-32 Corpus Christi Standards-Regular Projects Rev 11/2018 expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 6.07 Waiver of Rights A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in the Supplementary Conditions. B. All policies purchased in accordance with this Article are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contain 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. 6.08 Owner's Insurance for 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 maybe 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. 6.09 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. General Conditions 007200-33 Corpus Christi Standards-Regular Projects Rev 11/2018 6.10 Certificate of Insurance A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 6.11 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. 6.12 Continuing Evidence of Coverage A. Provide updated, revised, or new evidence of insurance in accordance this Article and the Supplementary Conditions prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 6.13 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. 6.14 Texas Workers' Compensation Insurance Required Notice 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. General Conditions 007200-34 Corpus Christi Standards-Regular Projects Rev 11/2018 2. Duration of the Project-includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors,subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project,for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the Contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: General Conditions 007200-35 Corpus Christi Standards-Regular Projects Rev 11/2018 1. Provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project,for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by this section, 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. General Conditions 007200-36 Corpus Christi Standards-Regular Projects Rev 11/2018 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. Regular working hours are between 7:00 a.m, and 6:00 p.m. unless other times are specifically authorized in writing by OAR. 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 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 17.01.13 General Conditions 007200-37 Corpus Christi Standards-Regular Projects Rev 11/2018 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 Documents. 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. Under no circumstances shall any Subcontractor debarred under Chapter 41 of The Code of Ordinances, City of Corpus Christi, be deemed acceptable to Owner. 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 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. General Conditions 007200-38 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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. General Conditions 007200-39 Corpus Christi Standards-Regular Projects Rev 11/2018 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. This Project is not exempt from City permits and fees unless expressly stated otherwise. 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. 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. General Conditions 007200-40 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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. General Conditions 007200-41 Corpus Christi Standards-Regular Projects Rev 11/2018 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 to pay 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 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. General Conditions 007200-42 Corpus Christi Standards-Regular Projects Rev 11/2018 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 AND/OR FAILURE TO COMPLY WITH THE TERMS AND CONDITIONS OF THE CONTRACT, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS, OMISSIONS OR NEGLIGENCE OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER,SUBJECTTO 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 SOLE NEGLIGENCE OF 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, (I1) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE,OR 111)THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES SOLE 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 General Conditions 007200-43 Corpus Christi Standards-Regular Projects Rev 11/2018 COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTORS TEAM. D. The indemnification obligations of this Paragraph 7.14 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. The indemnification obligations of this Paragraph 7.14 shall not be deemed to be released,waived or modified in any respect by reason of any surety or insurance provided by Contractor. 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 General Conditions 007200-44 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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; General Conditions 007200-45 Corpus Christi Standards-Regular Projects Rev 11/2018 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 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 General Conditions 007200-46 Corpus Christi Standards-Regular Projects Rev 11/2018 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. E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to 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 Article 17. 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 16.02. General Conditions 007200-47 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. General Conditions 007200-48 Corpus Christi Standards-Regular Projects Rev 11/2018 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. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 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 16.04,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. General Conditions 007200-49 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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 will be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. If negotiations under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05 are unsuccessful, 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.. 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, General Conditions 007200-50 Corpus Christi Standards-Regular Projects Rev 11/2018 except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 16.05. 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 for authorized Work 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 13. 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 15.03, 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 15.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.1)when the Work involved is not covered by unit prices in the Contract Documents and 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, whichever is greater. 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 15.01.C.1 and 15.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 15.01.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 15.01.C.1 and 15.01.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; General Conditions 007200-51 Corpus Christi Standards-Regular Projects Rev 11/2018 d. No fee is payable on the basis of costs itemized under Paragraphs 15.01.C.4, and 15.01.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 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 for authorized Work 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 13. 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 13. General Conditions 007200-52 Corpus Christi Standards-Regular Projects Rev 11/2018 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; 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 16.04 or Owner's correction of Defective Work under Paragraph 16.07, 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 13. 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. If the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07, the Change Order is deemed to be in full force as if executed by Contractor. 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 007200-53 Corpus Christi Standards-Regular Projects Rev 11/2018 ARTICLE 12—CHANGE MANAGEMENT 12.01 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 12.02 to the Designer for evaluation by the OPT. 12.02 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 assification; 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 outlined 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 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. General Conditions 007200-54 Corpus Christi Standards-Regular Projects Rev 11/2018 e. Submit Change Proposals that comply with Article 15 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 Article 25. 12.03 Designer Will Evaluate Request for Modification A. Designer will issue a Modification per Article 11 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. 12.04 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 12.05 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 Article 25 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. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. General Conditions 007200-55 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 12.05 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 12.02 along with a Shop Drawing as required by Article 25 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. 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 General Conditions 007200-56 Corpus Christi Standards-Regular Projects Rev 11/2018 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 Article 25. ARTICLE 13—CLAIMS 13.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. Seeking an adjustment of Contract Price or Contract Times; 2. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; 3. Contesting OPT's decision regarding a Change Proposal; 4. Seeking resolution of a contractual issue that OAR has declined to address; or 5. Seeking other relief with respect to the terms of the Contract. 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence.Notice must also list the date of first occurrence of the claimed event. 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 Contractor that are not received within the time period provided by section 13.02(8) are waived. Owner may choose to deny such Claims without a formal review. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. D. Claims by Owner must be submitted by written notice to Contractor. E. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR. 2. Claims seeking an adjustment of Contract Time must include native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR. F. 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 relief requested accurately reflects the full compensation to which Contractor is entitled. General Conditions 007200-57 Corpus Christi Standards-Regular Projects Rev 11/2018 G. Claims by Contractor against Owner and Claims by Owner against Contractor,including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation to Owner. H. Designer may review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action,the claim shall be deemed denied. J. The Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after a recommendation is issued by the Designer. 1. The agreement to mediate suspends the Claim submittal and response process. 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.Venue for any mediation or lawsuit filed under this Agreement shall be in Nueces County, Texas.Any agreement reached in mediation shall be enforceable as a settlement in any court having jurisdiction thereof. 4. Nothing in this Agreement shall be construed as consent to a lawsuit. No provision of the Agreement shall waive any immunity or defense. L. Contractor may appeal a Claim that is denied in whole or in part by filing such appeal with Owner within 30 days following the denial.Owner will have 60 days to review the appeal and respond to Contractor. If Owner does not respond within 60 days after receipt of the appeal, the appeal shall be deemed denied. M. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. N. If the entity receiving a Claim approves the Claim in whole or in part or denies it in whole or in part or if Owner denies an appealed Claim,this action is final and binding unless the other entity invokes the procedure described in Article 22 for final resolution of disputes within 30 days after this action. 0. If the Owner and Contractor reach a mutual agreement regarding a Claim,the results of the agreement or action on the Claim will be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents,the Contract Price, or the Contract Times. General Conditions 007200-58 Corpus Christi Standards-Regular Projects Rev 11/2018 P. Both parties shall continue to perform all obligations under the Agreement during the pendency of any dispute or disagreement relating to this Agreement, unless performance would be impracticable or impossible under the circumstances. ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS 14.01 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 and its Subcontractors are required to pay Davis-Bacon Wage Rates. C. Contractor and its Subcontractors are required to pay laborers and mechanics an overtime rate of not less than one and one-half times the basic rate for all hours worked in excess of forty hours in a given workweek. 14.02 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. 14.03 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 §2258.023(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 on 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. General Conditions 007200-59 Corpus Christi Standards-Regular Projects Rev 11/2018 14.04 Prevailing Wage Rates A. Use the Prevailing Wage Rates specified in the Supplementary Conditions. ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK 15.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 15.01, except those excluded in Paragraph 15.01.1), necessary for the proper performance of the Work. The provisions of this Paragraph 15.01 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 15.01.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, 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 General Conditions 007200-60 Corpus Christi Standards-Regular Projects Rev 11/2018 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 15.01 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; 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, General Conditions 007200-61 Corpus Christi Standards-Regular Projects Rev 11/2018 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 15.01.C.1 or specifically covered by Paragraph 15.01.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 15.01.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 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 15.01. 15.02 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 General Conditions 007200-62 Corpus Christi Standards-Regular Projects Rev 11/2018 3. Costs for cash allowances and installation costs as described in Paragraphs 15.02.B.1 and 15.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 15.03 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 15.03.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 15.03.1), 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 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entities Owner to an adjustment in the Contract Price. 15.04 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 15.01. 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. General Conditions 007200-63 Corpus Christi Standards-Regular Projects Rev 11/2018 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 16—TESTS AND INSPECTIONS;CORRECTION,REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK 16.01 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. 16.02 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 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; General Conditions 007200-64 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 16.03 Defective Work A. It is Contractor's obligation to ensure 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. Casts of repair or replacement of work of others resulting from Defective Work. 16.04 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 17 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 17 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. General Conditions 007200-65 Corpus Christi Standards-Regular Projects Rev 11/2018 16.05 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. 16.06 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 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. 16.07 Owner May Correct Defective Work A. Owner may remedy deficiencies in the Work 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; General Conditions 007200-66 Corpus Christi Standards-Regular Projects Rev 11/2018 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 16.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 16.07 are to be charged against Contractor as a set-off against payments due under Article 17. 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 16.07. ARTICLE 17—PAYMENTS TO CONTRACTOR;SET-OFFS;COMPLETION;CORRECTION PERIOD 17.01 Progress Payments A. Progress payment requests are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in this Article 17. 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 17.03. 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 15.03. 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 15.01, 15.02 and 15.04 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; General Conditions 007200-67 Corpus Christi Standards-Regular Projects Rev 11/2018 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 16.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Owner has been notified of failure to make payments to Subcontractors,Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; 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; o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q. Other items entitling Owner to a set-off against the amount recommended;or r. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. I 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. General Conditions 007200-68 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 17.02 Application for Payment A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the Supplementary Conditions, the Agreement, and this Article 17. 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, General Conditions 007200-69 Corpus Christi Standards-Regular Projects Rev 11/2018 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; 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: General Conditions 007200-70 Corpus Christi Standards-Regular Projects Rev 11/2018 1. Progress Schedule per Article 27. 2. Project photographs per Article 28. 3. Record Documents per Article 20. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. 5. Certified payroll documentation required by the Contract Documents. 6. Documentation required to substantiate any approved Project deviation, including overruns of Designer's estimated quantity. 7. Documentation required by funding agency per Section 00 74 00. 17.03 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 provided in Attachment A to the Application for Payment-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. If unit prices are included in the Agreement, 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. General Conditions 007200-71 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 17.04 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. 17.05 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 17.03.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 17.06. 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 17.06. General Conditions 007200-72 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 17.06 Payment for Stored Materials and Equipment A. Store materials and equipment properly at the Site. 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 shown 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 to the Application for Payment - 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 that Contractor provides 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. General Conditions 007200-73 Corpus Christi Standards-Regular Projects Rev 11/2018 17.07 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. 17.08 Retainage and Set-Offs A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set-offs per the General Conditions. Include Attachment C—Tabulation of Set-Offs in the Application for Payment. 17.09 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 items 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 perthe 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 General Conditions 007200-74 Corpus Christi Standards-Regular Projects Rev 11/2018 assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents,that all amounts have been paid for Work, materials,and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format(PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 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. 17.10 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 General Conditions 007200-75 Corpus Christi Standards-Regular Projects Rev 11/2018 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct,or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 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. 17.11 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. 17.12 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 within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, 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. 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. General Conditions 007200-76 Corpus Christi Standards-Regular Projects Rev 11/2018 17.13 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 17.12 for this partofthe 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. 17.14 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 17.13 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. 17.15 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. 17.16 Final Payment A. Make final Application for 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 007200-77 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 17.17 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 17.14; 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 22 and specifically noted in the Certificate of Final Completion. 17.18 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer period 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 17.18.A and 17.18.13 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 system is 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 17.18.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 17.18. G. Contractor's obligations under this Paragraph 17.18 are in addition to other obligations or warranties. The provisions of this Paragraph 17.18 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. General Conditions 007200-78 Corpus Christi Standards-Regular Projects Rev 11/2018 ARTICLE 18—SUSPENSION OF WORK AND TERMINATION 18.01 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. 18.02 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 18.02.A.4. Owner may terminate Contractor's performance under this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. C. Owner may declare Contractor to be in default, give notice to Contractor and surety that Contractor's performance under 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 18.02.A has occurred. General Conditions 007200-79 Corpus Christi Standards-Regular Projects Rev 11/2018 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 Contractor's performance under the Contract for cause. E. Owner may elect not to proceed with termination of Contractor's performance under the Contract under this Paragraph 18.02 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 18.02. 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 of Contractor's performance 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. 18.03 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. ARTICLE 19— PROJECT MANAGEMENT 19.01 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. General Conditions 007200-80 Corpus Christi Standards-Regular Projects Rev 11/2018 E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 0157 00 TEMPORARY CONTROLS. 19.02 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. 19.03 Document Submittal A. Provide documents in accordance with Article 24. 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 Data. 19.04 Required 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. 19.05 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 Article 26. General Conditions 007200-81 Corpus Christi Standards-Regular Projects Rev 11/2018 19.06 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. 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 Article 26. 19.07 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 0157 00 TEMPORARY CONTROLS. E. Park employees'vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately-owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. 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. 19.08 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. General Conditions 007200-82 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 19.09 Pre-Construction Exploratory Excavations A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals(maximum)for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. 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 OAR. E. Unless specifically indicated otherwise in the Bid Form, no separate payment will be made for pre-construction exploratory excavations. Include the cost for pre-construction exploratory excavations in the unit price for the pipe construction or other applicable feature. When necessary, pavement repairs associated with exploratory excavations that are beyond the limits of the new pavement will be paid for at the unit prices for pavement repair when an item is included in the Bid Form. When an item for pavement repair is not General Conditions 007200-83 Corpus Christi Standards-Regular Projects Rev 11/2018 included in the Bid Form, the cost should be included in the unit price for the pipe construction or other applicable feature. 19.10 Disruption of Services/Continued Operations A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner of 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. 19.11 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 Data as required in Article 26. 19.12 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. 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. General Conditions 007200-84 Corpus Christi Standards-Regular Projects Rev 11/2018 19.13 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. 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: General Conditions 007200-85 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 19.14 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. 19.15 Maintenance of Roads, Driveways, and Access A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction,with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices(MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. General Conditions 007200-86 Corpus Christi Standards-Regular Projects Rev 11/2018 19.16 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. 19.17 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. 19.18 Blasting A. Blasting is not allowed for any purpose. 19.19 Archeological Requirements A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. General Conditions 007200-87 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 19.20 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. 19.21 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. ARTICLE 20—PROJECT COORDINATION 20.01 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. 20.02 Document Submittal A. Provide documents in accordance with Article 24. 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. 20.03 Communication During 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. General Conditions 007200-88 Corpus Christi Standards-Regular Projects Rev 11/2018 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 Article 24. 20.04 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 Article 27. b. Schedule of Values and anticipated Schedule of Payments per Article 17. 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. General Conditions 007200-89 Corpus Christi Standards-Regular Projects Rev 11/2018 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. h. Field observations, problems, or conflicts. L 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 20.07 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. 20.05 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. General Conditions 007200-90 Corpus Christi Standards-Regular Projects Rev 11/2018 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 Article 12 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 20.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 20.06. 20.06 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 20.04 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 item if appropriate. The Contract Documents can only be changed by a Modification. 20.07 Notification By Contractor A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. General Conditions 007200-91 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 20.08 Record Documents A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number,Shop Drawings number,and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number,Shop Drawings number,and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. General Conditions 007200-92 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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. General Conditions 007200-93 Corpus Christi Standards-Regular Projects Rev 11/2018 ARTICLE 21—QUALITY MANAGEMENT 21.01 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; j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. General Conditions 007200-94 Corpus Christi Standards-Regular Projects Rev 11/2018 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 OAR and the Designer. F. Provide an update on quality control activities at monthly progress meetings required by Article 20. 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. Owner will withhold payment for additional testing fees incurred due to Contractor noncompliance with OPT's Quality Control Program, including retesting fees, standby time, cancellation charges, and trip fees for retesting or cancellations. I. 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. 21.02 Quality Management Activities by 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 21.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 21.07. 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; General Conditions 007200-95 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 21.03 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 test 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. 21.04 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 Article 25. 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 Documents and why General Conditions 007200-96 Corpus Christi Standards-Regular Projects Rev 11/2018 it does not comply. Submit these test reports as part of a Shop Drawings submitted per Article 25. 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 Article 24. 21.05 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. 21.06 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. 21.07 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. 21.08 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; e. Date and time of sampling, inspection, and testing; General Conditions 007200-97 Corpus Christi Standards-Regular Projects Rev 11/2018 f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; L 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. 21.09 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. 21.10 Limitation of Authority of 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. 21.11 Quality Control Plan A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Article 25. 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 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. General Conditions 007200-98 Corpus Christi Standards-Regular Projects Rev 11/2018 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 21.11.13.5 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 21.04. 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. 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. General Conditions 007200-99 Corpus Christi Standards-Regular Projects Rev 11/2018 21.12 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. Include 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. L Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 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. General Conditions 00 72 00-100 Corpus Christi Standards-Regular Projects Rev 11/2018 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 with the OPT one month prior to the expiration of the correction period. 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. ARTICLE 22—FINAL RESOLUTION OF DISPUTES 22.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Agreeing with the other party to submit the dispute to a dispute resolution process; or 2. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if the parties do not mutually agree to a dispute resolution process. No provision of this Agreement shall be construed as consent to a lawsuit. No provision of this Agreement shall waive any immunity or defense. ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY 23.01 Policy A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, low income persons and Minority/Disadvantaged Business Enterprises (M/DBE)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. 23.02 Definitions A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. General Conditions 00 72 00-101 Corpus Christi Standards-Regular Projects Rev 11/2018 B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture 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/Disadvantaged Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) or socially and economically disadvantaged individual(s). Minority/Disadvantaged 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. 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. Socially and economically disadvantaged individual:Any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who has been subjected to racial or ethnic prejudice or cultural bias within American society because of his or her identity as a member of a group and without regard to his or her individual qualities.The social disadvantage must stem from circumstances beyond the individual's control. F. 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. G. 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 General Conditions 00 72 00-102 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 23.03 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. 23.04 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. ARTICLE 24—DOCUMENT MANAGEMENT 24.01 Work Included A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 24.02 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. 24.03 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 General Conditions 00 72 00-103 Corpus Christi Standards-Regular Projects Rev 11/2018 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 Article 27. 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. 24.04 Document Submittal 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). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the document. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. General Conditions 00 72 00-104 Corpus Christi Standards-Regular Projects Rev 11/2018 24.05 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 SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 24.06 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: General Conditions 00 72 00-105 Corpus Christi Standards-Regular Projects Rev 11/2018 Document Type Section Application for Payment Article 17 Change Proposal Article 12 Article 25 for approval of product Certified Test Report Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 Suppliers and Subcontractors I Articles 20 and 26 ARTICLE 25—SHOP DRAWINGS 25.01 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. 25.02 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 25.10 are approved. General Conditions 007200-106 Corpus Christi Standards-Regular Projects Rev 11/2018 C. Furnish and install products that fully comply with the information included in the document submittal. 25.03 Contractor's Responsibilities A. Provide Shop Drawings as required by Paragraph 25.03 of the Supplementary Conditions. B. Include Shop Drawings in the Schedule of Documents required by Article 24 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 Article 27. 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 Drawings; 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; General Conditions 007200-107 Corpus Christi Standards-Regular Projects Rev 11/2018 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawings are complete for their intended purpose; and 5. Conflicts between the Shop Drawings 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 25.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 25.04 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. General Conditions 007200-108 Corpus Christi Standards-Regular Projects Rev 11/2018 25.05 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. 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. 25.06 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 Article 29. 25.07 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. General Conditions 00 72 00-109 Corpus Christi Standards-Regular Projects Rev 11/2018 c. 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. d. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 25.08.A. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for"Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. 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 General Conditions 00 72 00-110 Corpus Christi Standards-Regular Projects Rev 11/2018 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 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 Article 12 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 25.03, 25.08 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. General Conditions 00 72 00-111 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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. 25.09 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. 25.10 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article 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 General Conditions 00 72 00-112 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 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 Article 26. 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. General Conditions 00 72 00-113 Corpus Christi Standards-Regular Projects Rev 11/2018 g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires a 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 25.10.13 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. 25.11 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. General Conditions 007200-114 Corpus Christi Standards-Regular Projects Rev 11/2018 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. ARTICLE 26—RECORD DATA 26.01 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 General Conditions 00 72 00-115 Corpus Christi Standards-Regular Projects Rev 11/2018 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 require for record purposes. 26.02 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. 26.03 Contractor's Responsibilities A. Submit Record Data in accordance with SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. Include Record Data in the Schedule of Documents required by Article 24 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; 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 General Conditions 00 72 00-116 Corpus Christi Standards-Regular Projects Rev 11/2018 as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 26.04 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. 26.05 Special Certifications and Reports A. Provide all required certifications with the Record Data 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 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. 26.06 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. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 26.07 Record Data Submittal Procedures A. Submit Record Data through the Designer. Send all documents in digital format for processing. General Conditions 00 72 00-117 Corpus Christi Standards-Regular Projects Rev 11/2018 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Record Data. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. 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. General Conditions 00 72 00-118 Corpus Christi Standards-Regular Projects Rev 11/2018 B. Submit a Change Proposal per Article 12 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 26.03. 26.08 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 26.02 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. 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 26.02. Document will be given the status of "Filed as Received"and no 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 Article 25. b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. 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 the Record Data 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." General Conditions 00 72 00-119 Corpus Christi Standards-Regular Projects Rev 11/2018 ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE 27.01 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. 27.02 Document Submittal A. Submit Progress Schedules in accordance with Article 24. 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. 27.03 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. 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. General Conditions 00 72 00-120 Corpus Christi Standards-Regular Projects Rev 11/2018 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 revised 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 Article 24 indicating: 1. Specific date each document is to be delivered to the Designer. 2. Specific date 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 each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet Specification requirements. General Conditions 007200-121 Corpus Christi Standards-Regular Projects Rev 11/2018 27.04 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. 27.05 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. ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION 28.01 Work Included A. Provide a video recording of the Site prior to the beginning of construction. General Conditions 00 72 00-122 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 28.02 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. 28.03 Document Submittal A. Submit photographic documentation as Record Data in accordance with Article 24. B. Submit two DVDs of the video recording as Record Data in accordance with Article 24. 28.04 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. General Conditions 007200-123 Corpus Christi Standards-Regular Projects Rev 11/2018 2. Date,time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photographs 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. 28.05 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. ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 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. General Conditions 00 72 00-124 Corpus Christi Standards-Regular Projects Rev 11/2018 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. 29.02 Final Inspections 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 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 29.06 if notified that the Project is complete and the Work is acceptable. 29.03 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. 29.04 Closeout Documents Submittal A. Record Documents per Article 20. 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 Article 28. General Conditions 00 72 00-125 Corpus Christi Standards-Regular Projects Rev 11/2018 29.05 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. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1-year correction period specified in the Contract Documents 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 service agreement; e. Indicate the start date for the correction period specified in the Contract Documents 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 L 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 service agreements within 10 days after equipment or components are placed in service. General Conditions 00 72 00-126 Corpus Christi Standards-Regular Projects Rev 11/2018 ARTICLE 30—MISCELLANEOUS 30.01 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. 30.02 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. Examples of Contractor written and electronically stored records include, but are not limited to:accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondence, 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, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Contract 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 Paragraph 30.02 in any Subcontractor, supplier or vendor contract. General Conditions 007200-127 Corpus Christi Standards-Regular Projects Rev 11/2018 30.03 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. 30.04 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 30.04 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. 30.05 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. 30.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision or affect the enforceability of that provision or the remainder of this Contract. 30.07 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. 30.08 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. 30.09 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. General Conditions 00 72 00-128 Corpus Christi Standards-Regular Projects Rev 11/2018 30.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the prior written consent of the Owner. 30.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 30.12 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. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County,Texas. 30.13 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. 30.14 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. 30.15 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. 30.16 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. B. No qualified person shall on the basis of race, color, religion, national origin,gender, age or disability be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity which receives or benefits from federal financial assistance. C. Comply with all applicable federal,state and city laws, rules and regulations. General Conditions 00 72 00-129 Corpus Christi Standards-Regular Projects Rev 11/2018 30.17 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. 30.18 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. 30.19 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. 30.20 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. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. END OF SECTION General Conditions 00 72 00-130 Corpus Christi Standards-Regular Projects Rev 11/2018 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 The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi,Texas Felix H. Ocanas,Jr., P.E. (ECMS LLC) 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 4.04.1)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 Supplementary Conditions 007300- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 May 4 November 3 June 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS 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 $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Supplementary Conditions 007300-2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 Business Automobile Liability-Owned,Non- Owned, Rented and Leased $1,000,000 Combined Single Limit Workers'Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required X Not Required 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." Supplementary Conditions 007300-3 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX-29 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). CEMENT/MASON/CONCRETE: Rates Finisher (Paving and 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 Labor, Utility................................................................$11.23 Pipelayer.......................................................................$11.17 Work Zone Barricade Servicer....................................$11.51 PAINTER(STRUCTURES)..............................................$21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor.................................................... .$14.25 Asphalt Paving Machine.......................................... ..$13.44 Mechanic.................................................................. ....$17.00 Motor Grader, Fine Grade.......................................$17.74 Motor Grader, Rough............................................. ..$16.85 TRUCK DRIVER: Lowboy-Float..............................................................$16.62 SingleAxle...................................................................$11.61 END OF GENERAL DECISION Supplementary Conditions 007300-4 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 ECMS, LLC 361-549-4576 Felix H. Ocanas,Jr., P.E. 361-549-4576 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 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 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions 007300-5 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section mmp Shop Drawing Description SC-25.03 Substitutions-"or equal" ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Retold Data Description SC-26.01 Test Results of Paving Materials, Limestone,subgrade soils,oils SC-26.01 Test Results of Concrete products. END OF SECTION Supplementary Conditions 007300-6 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 011100 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 Work is described in general, non-inclusive terms as: This project is an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract with three (3)parts:Minor Street Pavement Repairs(Part A),Special Projects(Part B)and Street Preventative Maintenance Program Prep Work(Part C). Individual orders"Delivery Orders"will provide specific scope,time of performance and cost. The City intends to award this contract for an initial 1-year duration, with two 1-year optional renewals. The option to renew will be based on the Director of Engineering's determination, the Contractor's successful performance of the work and all Delivery Orders, and concurrence of the Contractor. The award will be$4,500,000,the bids will establish the unit pricing and basis for determining the lowest responsive and responsible bidder. The contract allows for a City-approved economic adjustment to apply to a renewal period if based upon published cost-of-construction indices acceptable to the City. Part A($1.5 mil) Work may include pavement rehabilitation/replacement, base repairs with limestone, and sub-grade Stabilization, saw cutting, crack sealing,seal coating, milling, curb &gutter,eway replacement, curb ramps,and minor utility manhole ring&cover and valve adjustments. Part B($2.5 mil) Special Projects includes projects that may fall outside the scope of Part A. The specific scope and purpose of projects vary, depending on the type of project. Part C($500 k) SPMP Prep Work includes projects that support the Street Preventative Maintenance Program (SPMP). Work may include pavement rehabilitation/replacement, base repairs with limestone, and sub-grade Stabilization,saw cutting, crack sealing, seal coating, milling, Summary of Work 011100- 1 IDIQ Minor Street Improvements FY 2019, PN:19061A; 19062A; 19063A Rev 10/2018 curb &gutter, driveway replacement, curb ramps,and minor utility manhole ring&cover and valve adjustments. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents,the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: None B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. Summary of Work 011100-2 IDIQ Minor Street Improvements FY 2019, PN:19061A; 19062A; 19063A Rev 10/2018 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100-3 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 012310 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. The Lump Sum Bid Items described as "Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. B. DESCRIPTION OF ALTERNATES Alternates and Allowances 012310- 1 IDIQ Minor Street Improvements FY 2019,PN: 19061A; 19062A; 19063A Rev 10/2018 1.03 DESCRIPTION OF ALLOWANCES A. Allowance A-Allowance for Unanticipated Street Improvements: The sum of$20,000 to be used for the purchase of Unanticipated Street Improvements. B. Allowance B-Allowance for Unanticipated Street Improvement]: The sum of$20,000 to be used for the purchase of Unanticipated Street Improvements. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 012901 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all costfor completingthe 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-A1, B-A1 &C-A1 Mobilization (Maximum 5%): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices,sheds, and storage facilities; C. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization;and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 0129 01- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A;19063A Rev 10/2018 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work underthis Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item A-A2, B-A2 &C-A2—Bonds and Insurance 1. Payment shall include all bonds and insurance required under the Contract Documents. Measurement for payment will be made on a lump sum basis. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically for this project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the verifiable costs of project specific bonds and insurance incurred by the Contractor. C. Bid Item A-A6, BA6 &C-A6 Storm Water Pollution Prevention 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50%completion has occurred, minus retainage. D. Bid Item A-A3,A-A4, B-A3, B-A4, C-A3 &C-A4 Traffic Control 1. Payment will be made based on the unit price per day, and will include all costs of labor, material,and equipment, setup,maintenance, removal and cleanup. 2. This item will be measured by the day. E. Bid Item A-A5, B-A5, &C-A5 Ozone Days 1. Payment will be made based on the unit price per day and will include all costs of labor, material and equipment. 2. This item will be measured by the day. F. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 0129 01-2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A;19063A Rev 10/2018 0133 01 Submittal Register s cifica�kicn Types of Submittals Required pe Paragraph W section Specification Description No. product. Sample or Operations Information Mockup Data SC-Article 17 Application for Payment 17.02 SC-Article 12 Request for change order proposal 12.01 SC-Article 25 Certified Test Report(for approval of product) 25.01 SC-Article 21 Certified Test Report(To Demonstrate compliance) 21.08 SC-Article 20 Notification by Contractor 20.07 SC-Article 27 Progress Schedules 27.03 SC-Article 26 Record Data 26.04 SC-Article 20 Request for Information 20.05 SC-Article 25 Shop Drawings 25.04 SC-Article 12 Substitutions 12.05 SC-Articles 26 Suppliers and Subcontractors 26.03 END 013301-1 IDIQ Minor Street Improvements-FY 2019,PN 19061A; 19062A; 19063A 10/2018 013500 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE (NOT APPLICABLE) A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: B. Work shall be completed within the specified time for these items: Description Time 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 (NOT APPLICABLE) A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks 1 month prior to beginning the Work. Special Procedures 013500- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 1.03 CRITICAL OPERATIONS (NOT APPLICABLE A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Max.Time Hours Operation Liquidated Critical Operation Damages Out of Operation can be Shut Down ($per hour) B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the 2. Loss of can subject the Owner to loss of revenue,additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1- 2. Critical Operation 2- 3. Critical Operation 3 - 1.04 OWNER ASSISTANCE (NOT APPLICABLE) A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves,gates or adjacent structures. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 015000 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 015000- 1 IDIQ Minor Street Improvements FY 2019, PN:19061A; 19062A; 19063A Rev 10/2018 3. Prevent freezing of pipes,flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES(FIELD OFFICE NOT REQUIRED) A. The Contractor must furnish the OPT with afield 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 afield 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 015000-2 IDIQ Minor Street Improvements FY 2019, PN:19061A; 19062A; 19063A Rev 10/2018 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 (NOT USED) 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor.The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls 015000-3 IDIQ Minor Street Improvements FY 2019, PN:19061A; 19062A; 19063A Rev 10/2018 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs,framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service(sweeping/mopping)for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings,or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary,the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls 015000-4 IDIQ Minor Street Improvements FY 2019, PN:19061A; 19062A; 19063A Rev 10/2018 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities as applicable to the nature and size of the Project. 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 Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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. Temporary Controls 015700- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 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. 1.05 PERMITS A. As applicable, 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 as applicable to the nature of the work and the total disturbed area: 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 Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Temporary Controls 015700-2 IDIQ Minor Street Improvements FY 2019, PN: 19061A, 19062A; 19063A Rev 10/2018 Notice of Intent. Provide draft copies of the Notice of Intent,SW PPP,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 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 Temporary Controls 015700-3 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. Temporary Controls 015700-4 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream,the [Corpus Christi Bay] [Oso Creek] [Laguna Madre] [CC Ship Channel]. 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 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 Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER (NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory Temporary Controls 015700-5 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 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 0135 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc.to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 015700-6 IDIQ Minor Street Improvements FY 2019, PN: 19061A, 19062A; 19063A Rev 10/2018 CITY OF CORPUS CHRISTI CITY STANDARD CONSTRUCTION SPECIFICATIONS IDIQ Minor Street Improvements FY 2019,PN:19061A; 19062A,&19063A 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 ail' 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.3-26-2015 X31 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) Excavatior7 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. 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. X71 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 ArOurid Pipe (Initial Backf 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 meetingthe requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev 3-25-2015 Asphalt Roadvy 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 Roadw4y 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 4 of 4 Rev 3-25-2015 SECTION 022021 CONTROL OF GROUND WATER LGENERAL 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 andHealth Administration (OSHA). C. Federal Register 40 CFR(Vol. 55,No. 222)Part 122, EPA Administered PermitPrograms (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 seepagewater. 022021 Page 1 of 10 Rev.10-30-2014 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 Workfrom 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 toprovide 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 dryand 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 surfacewater 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 REQUIREMENT S A. Comply with requirements of agencies havingjurisdiction. 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 withthe 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 andnatural 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 desiredresults 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. 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 adjacentproperty. 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 nolonger required. 2. Remove piezometers and monitoring wells when directed by the CityEngineer. 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 accordancewith 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 piezometersfor 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 ofwork. C. Install piezometers or monitoring wells not less than one week in advance of beginningthe 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. 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 orwells 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 watercontrol 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 qualityof 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 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 procedUi-c siialI be complete prior to ani 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 beunlikely. b) If the receiving water is a marine environment,proceed with Step 2 below to compare the ground water quality to receiving waterquality. 022021 Page 7 of 10 Rev 10-30-2014 Compare Ground Water Discharge Qualityto 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 Ground Receiving Water Water Monitoring Monitoring Maximum Parameter Frequency Frequency Limitation Total. Dissolved Once Prior to Solids(TDS) Initial+Weekly Discharge <Receiving Water Total Suspended Once Prior to Solids(TSS) Initial+Weekly Dischar e <Receiving Water Total Petroleum Hydrocarbons Initial+Weekly 15 m /L Total Lead Initial+Weekly 0.1 m Benzene Initial+Weekly 0.005 m /L Total BTEX Initial+Weekl 0.1 m Polynuclear Aromatic Hydrocarbons Initial+Monthly 0.01 m /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. 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 9of10 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. MEA StJREMENT 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 thetrench. 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 theProposal. 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.1030-2014 SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stri pitig and Excavati011 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). (BI Sub rade 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 ( Curb Backfill and Topsoil (Sidewalks. Parlcways, Islands, etc.l Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". D Matching Grades at Riht-of-Warr 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) Drainaw 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 (INIAC, 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. MEASIJRI MENT 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 thework. 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. CONST RUCTTON 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 theEngineer. 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 sprinlding, 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 Foran,embankment shall not be measured and paid for separately,but shall be subsidiary to other items ofwork. 022080 Page 2 of 2 Rev 10-30-2014 SECTION 022100 SELECT MATERIAL I. 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. MEASL]REW1NT 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 ofl 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 theproject. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTOM288. B. Fence Re]nforcernent 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 81/2 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 81/2 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 upslopecorner. C. Packaging Requirements_Prior to installation,the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers orinside storage. 022420 Page 1 of 2 Rev 1030-2014 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. M FA S U REMENT AN D IIAYMENT 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. SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE I.. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface)to the line,grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 1/2 inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10-inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings.Areas with any deviation in excess of 1/4 inch in cross-section,and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material, reshaping, and re-compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum (+3%maximum)until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately,but shall be subsidiary to other work. 025202 Page 1 of 1 Rev.10.30-Z014 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: Cily 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." 025205 Page 1 of 4 Rev.11-9-2016 3. 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 to be provided on the drawings. Pavement cuts in a street for any utility requires a permit from the Director of Development Services in accordance with City Ordinance 030040, Article III Cuts and Excavations (12-17-2013). The f installation of a utility that crosses the ROW at a perpendicular or near perpendicular angle and has an OD of 6" or less will not be permitted to be installed by cutting the road section. Street excavation/cut for a utility in an asphalt roadway shall include a full lane overlay or pavement repair for parallel cuts,or a 12' wide pavement repair for perpendicular cuts. Street excavation/cut for a utility in a concrete roadway shall include full panel replacement. The drawings and/or permit application should include a site specific pavement cut and restoration plan that indicates the general nature of the pavement and roadway(for examples, concrete arterial, asphalt residential)to be cut and restored, the existing pavement section (if known), the location and approximate area of the excavation/pavement repair, including the approximate length and width of the pavement repair in relation to the roadway travel lane(s). 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. "l. U?P'L.ACING 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. y. 1011LACING CLII\'B ",ND C:eLJTTH: 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. 025205 Page 2 of 4 Rev.11-9-2016 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. The requirements of City Ordinance 030040 as stated above apply also to unimproved streets unless a specific variance is granted by the Director of Development Services. 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 3 of 4 Rev.11-9-2016 THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev 11-9-2016 SECTION 025208 Soil - Cement Base (S-17) 1. DESCRIPTION This specification shall govern all work required for Soil-Cement Base necessary to complete the project. 2. MATERIALS 2.1 Soil. Soil shall consist of approved material free from vegetation or other objectionable matter encountered in the existing roadbed and other acceptance material used in preparation of the roadbed in accordance with this specification. 2.2 Portland Cement. Cement shall be either Type I or II Portland cement. The Contractor, at his option, may use bulk cement, provided the apparatus for handling, weighing and spreading the cement is approved by the Engineer in writing. Cement weighing equipment shall be as specified below. 2.3 Water. Water shall be free from substances deleterious to the hardening of the cement treatment and shall be approved by the Engineer. 3. EQUIPMENT Equipment necessary for the proper construction of the work shall be on the project, in first-class working condition, and be approved by the Engineer, both as to type and condition, prior to the start of construction operations. The Contractor shall at all times provide sufficient equipment to enable continuous execution of the work and its completion in the required number of working days. Portland cement treatment for materials in place may be constructed with any machine or combination of machines and auxiliary equipment that will produce results as outlined in this specification. Mixing may be accomplished by: (1) a multiple-pass traveling mixing plant or (2) a single-pass traveling mixing plant. The equipment provided by the Contractor shall be operated by experienced and capable workmen and shall be that necessary to provide a cement treatment meeting the requirements herein specified. 4. CONSTRUCTION METHODS 4.1 General. It is the primary requirement of this specification to secure a cgm,leted course of treated mat rial containiriej a i.n,,iform Portl, d cement mixture free from loose or seilregated areas, of uniform density and moisture content, well bound for its full depth and with a smOOL-h surface suitable Loi: placing suhsequent courses. It shall be the responsibility of the contractor to regulate the sequence of his work to process a sufficient quantity of material to provide full depth as shown on plans, to use the proper amount of Portland cement, maintain the work and rework the courses as necessary to meet the above requirements. Cement treatment shall not be mixed or placed when the air temperature is below 40F and is falling, but may be mixed or placed when the air temperature is above 35F and is rising, the temperature being taken in 025208 12/9/8 Page 1 of 5 the shade and away from artificial heat and with the further provision that cement treatment shall be mixed or placed only when weather conditions, in the opinion of the Engineer, are suitable. 4 .2 Preparation of Roadbed. Before other construction operations are begun, the roadbed shall be graded and shaped as required to construct the Portland cement treatment for material in place in conformance with the lines, grades, thickness and typical cross section shown on the plans. Unsuitable soil or material shall be removed and replaced with acceptable soil. The sub grade shall be firm and able to support without displacing the construction equipment and the compaction hereinafter specified. Soft or yielding sub grade shall be corrected and made stable before construction proceeds. 4.3 Pulverization. The soil shall be so pulverized that, at the completion of moist-mixing, when all non-slaking aggregate retained on the No. 2 sieve are removed, the remaining material shall meet the following requirements when tested from the roadway in the roadway condition by Test Method Tex-101-E (Part III) . Percent Minimum passing 1-inch sieve . . . . . . . . . . . .100 Minimum passing No. 4 sieve . . . . . . . . . . . . . .80 Old bituminous wearing surface shall be pulverized so that 100 percent will pass the 2-inch sieve. 4.4 Application of Cement (Road mix) . Portland cement shall be spread uniformly on the soil at the rate specified on the plans or approved by the Engineer. If a bulk cement spreader is used, it shall be positioned by string lines or other approved method during spreading to insure a uniform distribution of cement. Come.nt shall be applied only to such an area that all the n eratioras can be continuous and completed in da li ht within 6 hours of such application. The percentage of moisture in the soil, at the time of cement application, shall not exceed the quantity that will permit uniform and intimate mixture of soil and cement during dry mixing operations, and it shall not exceed the specified optimum moisture content for the soil cement mixture. No equipment, except that used in spreading and mixing, will be allowed to pass over the freshly spread cement until it is mixed with the so-il. 4.5 Mixing and Processing. Unless otherwise shown on the plans, either method (a) or (b) below may be used at the option of the Contractor. (a) Multiple-Pass Traveling Mixing Plant. After the cement has been applied, it shall be dry-mixed with the soil. Mixing shall continue until the cement has been sufficiently blended with the soil to prevent the formation of cement balls when water is applied. Any mixture of soil and cement that has not been cam acted and finished shall not remain undisturbed for more Chan 30 minutes. Immediately after the dry mixing of soil and cement is complete, water as necessary shall be uniformly applied and incorporated into the mixture. 025208 12/9/8 Page 2 of 5 Pressurized e i trent and water supply rovided shall be adequate to insure continuous application of the required amount of water to sections being processed within 3 hours of application of the cement. Proper care shall be exercised to insure proper moisture distribution at all times. After the last increment of water has been added, mixing shall continue until a thorough and uniform mix has been obtained. (b) Single-Pass Traveling Mixing Plant. After the cement has been applied it shall be sufficiently dry-mixed with the soil to prevent the formation of cement balls when water is applied. Un-pulverized soil lumps in the soil cement mixture immediately behind the mixer will not be allowed. Should this condition prevail, the Contractor shall "pre-wet" the raw soil as necessary to correct this condition. The water shall be provided with means for visibly and accurately gauging the water application. The water shall be applied uniformly through a pressure spray bar. After cement is spread, mixing operations shall proceed as follows: The mixer shall in one continuous operation mix the air-dry soil and cement full depth, and the required moisture uniformly, thoroughly moist-mix the soil, cement and water, spread the completed soil cement mixture evenly over the machine processed width of the sub grade and leave it in a loose condition ready for immediate compaction. The soil and cement mixture shall not remain undisturbed, after mixing and before com actin for more than 30 minutes. 4.6 Compaction and Finishing. The material shall be compacted to not less than 98% standard proctor unless otherwise shown on the plans. At the start of compaction, the percentage of moisture in the mixture and in un-pulverized soil lumps, based on over-dry weights, shall not be below or more than two percentage points above the specified optimum moisture content and shall be less than that quantity which will cause the soil cement mixture to become unstable during compaction and finishing. When the un-compacted soil cement mixture is wetted by rain so that the average moisture content exceeds the tolerance given at the time of final compaction, the entire section shall be reconstructed in accordance with this specification at the sole expense of the Contractor. Prior to the beginning of compaction, the mixture shall be in a loose condition for its full depth. The loose mixture then shall be uniformly compacted to the specified density within 2 hours. After the soil and cement mixture, excepting the top mulch, is compacted, water shall be uniformly applied as needed and thoroughly mixed in with a spike tooth harrow or equal. The surface shall then be reshaped to its required lines, grades and cross section and then lightly scarified to loosen any imprint left by the compacting or shaping equipment. The resulting surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned" or "tight bladed" by a power grader to a depth necessary to remove all loosened soil and cement from the section. The surface shall then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present in the mixture; one complete coverage of the section with the flat wheel roller shall be made immediately after the "clipping" operation. When directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense, uniform surface, free of surface compaction planes, is produced. The moisture 025208 12/9/8 Page 3 of 5 content of the surface material must be maintained at its specified optimum during all finishing operations. Surface compaction, rolling, blading and finishing shall proceed in such a manner as to produce a smooth, closely knit surface, free of cracks ridges or loose material conforming to the crown, grade and line shown on the lans, within 3 hours of initial mixing. 5. CURING 5.1 Protection and Cover. After the cement treated course has been finished as specified herein, the surface shall be protected against rapid drying by either of the following curing methods for a period shown on plans but in no case less than 3 days or until the surface or subsequent courses are placed: (a) Maintain in a thorough and continuously moist condition by sprinkling. (b) Apply a 2-inch layer of earth on the completed course and maintain in a moist condition. (c) Apply a single course surface treatment. Unless shown otherwise on the plans, the asphalt shall be HFRS-2, in accordance with "Asphalts, Oils and Emulsions" in the Texas Department of Highways and Public Transportation Standard Specifications. The single course surface treatment shall be placed in accordance with Section 025418 "Surface Treatment, except HFRS-2 asphalt shall be used in lieu of AC-5 and the asphalt shall be applied at .5 gallons per square yard. 5.2 Surface. The surface or other base courses may be applied on the finished base as soon after completion as operations will permit. 6. CONSTRUCTION JOINTS At the end of each day's construction, a straight transverse construction joint shall be formed by cutting back into the total width of completed work to form a true vertical face free of loose and shattered material. Cement treatment for large, wide areas shall be built in a series of parallel lanes of convenient length and width meeting and approval of the Engineer. 7. TRAFFIC Completed sections of cement treated material in place may be opened immediately to local traffic and to construction equipment after application of the single course surface treatment and to all traffic after the final surface course, provided the cement treated course has hardened sufficiently to prevent marring or distorting the surface by equipment or traffic. 8. MAINTENANCE The Contractor shall be required, within the limits of his contract, to maintain the cement treated course in good condition until all work has been completed and accepted. Maintenance shall include immediate repairs of any defects that may occur. This work shall be done by the Contractor at his own expense and repeated as often as may be necessary to keep the area continuously intact. Faulty work shall be replaced for the full depth of treatment. It is the intent of this specification that the Contractor constructs the plan depth of cement treatment in one homogeneous mass. 025208 12/9/8 Page 4 of 5 9. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Soil-Cement Base shall be measured by the square yard at each application rate specified. Measurement shall include, but not be limited to, furnishing, storing and applying cement; preparation of roadbed, application of cement, mixing, watering, compacting, finishing, curing and maintenance; and all other work as specified. 025208 12/9/8 Page 5 of 5 SECTION 025210 LIME STABILIZATION 1. DESCRJPTION This specification shall consist of treating the subgrade, subbase or base by the pulverizing, addition of lime, mixing and compacting the mixed material to the required density. This specification applies to natural ground, embankment, existing pavement structure or proposed base, and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. 2. MATERIALS (1) The lime shall be a commercially produced "Hydrated Lime" in accordance with AASHTO M216, or in accordance with TxDOT Specification Item 260. The specifications apply specifically to the normal hydrate of lime made from "high- calcium" type limestone. Hydrated lime for stabilization purposes shall be applied as a slurry. (2) Lime to be used for the treated subgrade, existing subbase, existing base or proposed base is determined by preliminary tests and shall be applied at a rate indicated on the drawings,but no less than 6%. 3. EQUIPMENT The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Hydrated lime shall be stored and handled in closed weatherproof containers until immediately before distribution on the roadbed. If storage bins are used, they shall be completely enclosed. Hydrated lime in bags shall be stored in weatherproof buildings with adequate protection from ground dampness. If lime is furnished in trucks, each truck shall have the weight of lime certified on public scales. If lime is furnished in bags, each bag shall bear the manufacturer's certified weight. Bags varying more than 5 percent from that weight may be rejected and the average weight of bags in any shipment, as shown by weighing 50 bags taken at random, shall not be less than the manufacturer's certified weight. 025210 Page 1 of 4 Rev.10-30-2014 4. CONSTRUCTION_METHODS Ge neral - It is the primary requirement of this specification to secure a completed course of treated material containing a uniform lime mixture, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work, to use the proper amount of lime, maintain the work and rework the courses as necessary to meet the above requirements. Aipglication - Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. Unless otherwise shown on drawings, lime shall be applied at a rate in pounds of dry-hydrated lime per square yard, in the form of a slurry. Application rate may be varied by the Engineer, if conditions warrant,but no less than 6%must be applied. Certification of lime quantity and quality shall be provided as required to monitor the application. Certification should be in the form of weight tickets which indicate the actual weight of dry hydrated lime, CA(OH)2. The application and mixing of lime with the material shall be accomplished by the method hereinafter described. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Mixing-The mixing procedure shall be as hereinafter described. (a) First Mixing: The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of material and lime is obtained, free from all clods or lumps. Materials containing plastic clays or other material which will not readily mix with lime shall be mixed as thoroughly as possible at the time of the lime application, brought to the proper moisture content and left to cure 1 to 4 days as directed by the Engineer. During the curing period,the material shall be kept moist as directed. (b) Final Mixing: After the required curing time, the material shall be uniformly mixed by approved methods. If the soil binder-lime mixture contains clods, they shall be reduced in size by raking, blading, discing, harrowing, scarifying or the use of other approved pulverization methods so that, when all nonslaking aggregates retained on the No. 4 sieve are removed,the remainder of the material shall meet the following requirements when tested dry by laboratory sieves: 025210 Page 2 of 4 Rev 10-30-2014 Percent Minimum Passing I" Sieve............................................................ 100 Minimum Passing No. 4 Sieve....................................................85 Old bituminous wearing surface shall be pulverized so that 100%will pass a 2 1/2" sieve. During the interval of time between applications and mixing, hydrated lime that has been exposed to the open air for a period of 6 hours or more, or to excessive loss due to washing or blowing,will not be accepted for payment. Compaction - Compaction of the mixture shall begin immediately after final mixing and in no case later than 3 calendar days after final mixing, unless approval is obtained from the Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted as hereinafter specified. If the total thickness of the material to be treated cannot be mixed in one operation, the previously mixed material shall be bladed to a windrow just beyond the area to be treated and the next layer mixed with lime as previously specified. The first layer of the material shall be compacted in such a manner that the treated material will not be mixed with the underlyingmaterial. The course shall be sprinkled as required to maintain moisture content on the wet side of optimum and compacted to the extent necessary to provide the specified density. Unless shown otherwise on the drawings, all lime treated subgrades, sub-bases, and bases that are not in direct contact with surface or binder course shall be compacted to a minimum of 95% Standard Proctor density (AASHTO T99),unless otherwise specified. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests, as necessary, will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Rework, when required to meet pulverization requirements or density requirements, shall include the addition of lime, about 10% to 15% of the initial application rate, or as deemed necessary by the Engineer. A new optimum density will be obtained. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the drawings and to the established lines and grades. 025210 Page 3 of 4 Rev 10-30-2014 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, lime stabilization for bases, sub-bases and subgrade shall be measured by the square yard of lime-stabilized material in place. Pulverizing, mixing, watering grading, compacting, working material etc., shall not be measured for pay but shall be subsidiary to other work, Payment shall be full compensation for all materials, labor, equipment, tools, and incidentals necessary for the completion ofwork. 025210 Page 4 of 4 Rev 10-30-2014 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type 'A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247"FlexibleBase". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit, plasticity index, modified proctor, moisture-density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents,geogrid, as specified in City Standard Specification Section 022040 "Street Excavation",shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible(no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98%Modified Proctor 025223 Page 1 of 2 Rev 3-252015 (ASTM D 1557) under flexible pavements or typical minimum 98% Standard Proctor(ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits,and the failed test is within+1%deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping,and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base,due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev 325-2015 SECTION 025402 PLANING ASPHALTIC SURFACES (S-27A) 1 . DESCRIPTION This specification shall govern all work required for planning an existing asphaltic concrete pavement required to complete the project. 2. EQUIPMENT Planer shall be a self propelled planning machine capable of removing, in one pass, a.c. surface to any required thickness less than 9 inches, in a minimum of 6-foot width. The planer sha.L.L be capable of accurately and automatically establishing profile grades along each edge of the machine by referencing from the existing pavement or curie and shall have an automatic system for controlling cross slope. The machine shall be equipped with an integral loador to remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Arfr fiiate I., -k-up equipment lStreet sweepers, loaders, water truci,;s, etc.) acid p I , 01- I 1 also be provided to minimi:.e dust and remove all cuttings. Thi: :-I•i i ic, i:: 1 be equipped with means to contr€7l dust created by the cutting actio: and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. Any machine that is incapable, in the opinion of the Engineer, of meeting these requirements will not be permitted to be used. Various machines may be permitted to make trial runs to demonstrate to the Engineer the capabilities of that machine. 3. CONSTRUCTION METHODS The pavement surface shall be removed to the depth, width, grade and cross section as shown on the plans, or as directed by the Engineer. The Engineer may require that the pavement planning operation be referenced from an independent grade control in those areas where he deems this type of control to be appropriate. For this type of operation, the itidependerft grade control shall be established and maintained by the Contractor in a manner acceptable to the Engineer, and the final position of it shall be acceptable to the Engineer. In the event the entire pavement width along a section of street has not been planed to a flush surface by the end of a work period resulting in a vertical or near vertical longitudinal face extending more that 1.25 inches in height, this longitudinal face shall be sloped in a manner acceptable to the Engineer so as not to create a hazard to traffic. Traverse faces that are present at the end of a work period shall be tapered in a manner approved by the Engineer to avoid creating a hazard for traffic. Unwanted loose material resulting from the operation shall become property of the Contractor and disposed of by the Contractor in an acceptable manner. When located adjacent to steep curbs, pavement that cannot be removed by the planing machine shall be removed by other methods acceptable to the Engineer and the pavement and curb surface shell be cleaned of all debris and left in a neat and presentable condition. 025402 Rev 12-30-8 Page 1 of 2 In planed areas where traffic is permitted, "Grooved Pavement Ahead" Signs shall be erected in advance of the planed areas. Signs shall be erected prior to planning in the areas and shall be maintained in place while the planed area is overlaid. Signs shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" and "Standard Highway Sign Designs for Texas". In planed areas where traffic is permitted, a safe and satisfactory riding surface shall exist. Unless otherwise shown on the plans or directed by the Engineer, the grade reference used by the Contractor may be of a type approved by the Engineer. Control points, if required by the plans or Engineer, will be established for the finished grade by the Engineer. These points will be set at intervals not to exceed 50 feet. The Contractor shall set the grade reference for the sensor of the automatic control to follow from the control points established by the Engineer, and this grade reference shall have sufficienC support so that the maximum deflection shall not exceed 1/16 inch per 25 feet. The planed surface shall be smooth and true to the established line, grade and section, When tested with a 10 foot straightedge placed parallel to the centerline of the roadway or tested by equivalent or accopL-able means, except as provided herein, the maximum deviation shall not exceed 1/8 inch in 10 feet. Any point in the planed surface not meeting this requirement shall be corrected as directed by the Engineer. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Planning Asphalt shall be measured by the square yard of pavement surface area planed. Measurement will be made only one time for an area, regardless of the number of passes required to be made in order to achieve the desired results. Payment will be made at unit price bid and shall include, but not be limited to, all planning, cleaning, loading, hauling, signs, labor, tools, equipment and incidentals required to complete the work. 025402 Rev 12-30-8 Page 2 of 2 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 025410 ASPHALT CRACK SEALING (5-36) 1. DESCRIPTION This item establishes the requirements for the performance of all work necessary for asphalt crack sealing. 2 . MATERIALS i) Asphalt Material - The asphalt material for crack sealing shall be RC-2 wiCh one percent (1%) anti-stripping agent added as directed by the Engineers. The temperature range for the material shall be 125 - 200 F (51.7 - 93.3 C) when applied. 2) Aggregate for Blotting - "Buckshot Aggregate" or Sand shall be clean and dry and conform to the following gradation: Sieve Size Percent Passing No. 4 (4.75 mm) 90 - 100 No. 10 (2.00 mm) 0 - 15 3. CONSTRUCTION METHOD 1) Cleaning - All cracks shall be thoroughly cleaned of undesirable material by the use of an 85 to 90 CFM (2.4 to 2.6 cubic meter per minute) (Minimum Size) air compressor with hoses and attachments. 2) Fi3..ling Pr_oco duce - After all cracks 11avo been thoroughly cl.earjea, the operator of the hand hose shall apply hot liquid asphalt and then the blotting aggregate to the cleaned cracks. Application of the liquid asphalt and blotting aggregate shall be done in such a manner to avoid an accumulation of excess material on areas adjacent to the cracks. Excess material on the cracked areas shall be removed by means of a U - shaped squeegee. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, ASPHALT CRACK SEALING shall be measured by the square yard in place to the limits shown on the plans and as directed by the Engineer. The work shall include all labor, equipment and materials necessary to complete the work. 025410 Rev 12/30/8 Page 1 of 1 SECTION 025412 PRDJE 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 sprinlded 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 Pagel 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 025414 AGGREGATC: P ()R SURFACE TREATMENT 1.DESCRIPTION This specification establishes the requirements for surface aggregate to be used in the construction of surface treatments and seal coats. The type, grade, and surface aggregate classification (SAC) of aggregate shall be as specified in the applicable specification or as shown on the drawings. 2.AGGREGATE A. Materials. Furnish uncontaminated materials of uniform quality throughout that meet the requirements of the drawings and specifications. Materials shall meet the applicable requirements of TxDOT Specification Item 302 "Aggregates for Surface Treatments" (latest edition). 3. MFASLfRFMENT AND P'AYMEN'T Unless otherwise specified on the Bid Form, aggregate for surface treatment and seal coats shall not be measured and paid separately, but shall be subsidiary to the construction in which these materials are used. 025414 Page 1 of 1 Rev.3-25-2015 SECTION 025416 SEAL COAT 1. DESCRIPTION This specification shall consist of a surface treatment composed of a single or multiple application of asphalt covered with aggregate for the sealing of existing pavements in accordance with this specification. Seal coats shall not be applied when the air temperature is below 60°F and falling, but may be applied when the air temperature is above 50°F and rising; the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS (1) Asphaltic Materials. The asphaltic material used shall be AC-5 (AC-3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", whichever is called for on the plans. 2 Aggregate. Single Course - The aggregate used shall be Type PA (pre-coated aggregate), Grade 5 (1/2" maximum size), as described in specification Section 025414 "Aggregate For Surface Treatment". Multiple Course -The aggregate used for multiple course seal coat shall be the same as for single course, except Grade 4 (5/8" maximum size) aggregate will be required for the first course, and Grade 5 (1/2" maximum size) aggregate will be required for the second and third(surface) courses, as shown in the plans and specifications. 3. CONSTRUCTION METHODS The area to be treated shall be cleaned of dirt, dust or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of asphaltic material. Asphaltic material shall be applied on the cleaned surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphaltic material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025416 Page 1of2 Rev 3-25.2015 Asphaltic material may be applied for the full width of the seal coat in one application unless the width exceeds 26 feet. Asphaltic material shall not be applied until immediate covering with aggregate is assured. Immediately after the application of asphalt, the aggregate shall be evenly spread over the surface. Mechanical spreading devices shall be of a type approved by the Engineer. The cover material must be evenly and accurately distributed to the end that an even and smooth surface is obtained. Immediately after the aggregate has been applied, the surface shall be adequately raked and broomed to insure uniformity. As soon as proper distribution of aggregate can be obtained, the surface shall be flat-rolled with a roller having a gross weight of not less than four (4)tons and not more than ten (10)tons. The Contractor shall so arrange his work that the rolling of all aggregate applied that day shall be completed on the road before daylight. The asphalt and aggregate shall be applied at the approximate rate indicated on plans within the limits of the following schedule or as directed by the Engineer. Gallons of Asphalt Aggregate Per Square Yard Cu.Yd. to Sa_Yd. Min. Max. Min. Max. Asphalt Cement.................... 0.15 0.30 1:200 1:100 The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. All holes or failures in the seal coat surface shall be repaired by use of additional asphalt and aggregate, and all fat or bleeding surfaces shall be covered with approved cover material in such manner that the asphaltic material will not adhere to or be picked up on the wheels of vehicles. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The temperature of application shall be within the limits recommended in City Standard Specification Section 025404 "Asphalts, Oil and Emulsions", with that being 220 to 300 degrees F for AC-3, and 275 to 350 degrees F forAC-5. 4. MEASUREMENT AND PAYMENT Unless otherwise indicated in the Bid Form, seal coat will be measured by the square yard in place to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for cleaning and sprinkling the existing surface; for furnishing, preparing, hauling and placing all materials; for all freight involved; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. 025416 Page 2 of 2 Rev.3-25-2015 SECTION 025418 SURFACE TREATMENT 1. DESCRIPTION One-course surface treatment shall consist of a wearing surface or underseal composed of a single application of asphalt material covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Two-course surface treatment shall consist of a wearing surface or underseal composed of two applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Three-course surface treatment shall consist of a wearing surface or underseal composed of three applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. 2. MATERIALS 1) Asphalt Materials. The asphalt material used shall be AC-5 (AC-3 in winter)or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions". 21 A�,,fire=sate. The aggregate used shall be Type PE pre-coated natural limestone rock asphalt as prescribed in City Standard Specification Section 025414 "Aggregate for Surface Treatment", graded as shown below. One-Course: Grade 4 Two-Course: Grade 4—2nd course(top) Grade 3—1 St course(bottom) Three-Course: Grade 4—31d course(top) Grade 3 —2nd course(middle) Grade 3 — 1St course (bottom) 3. CONSTRUCTION METHODS Allow sufficient time for the prime coat to cure properly before applying the surface treatment binder. The area to be treated shall be cleaned of dirt, dust, or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of the asphalt material. 025418 Page 1 of 3 Rev 3-25-2015 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 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. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphalt material appear to be in error,the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Asphalt material may be applied for the full width of the surface treatment in one application, unless the width exceeds 26 feet. No traffic or hauling will be permitted over the freshly applied asphalt material. Asphalt material shall not be applied until immediate covering is assured. Aggregate shall be immediately and uniformly applied and spread by an approved self-propelled continuous feed aggregate spreader, unless otherwise shown on the plans or authorized by the Engineer in writing. Surface treatment shall not be applied when the air temperature is below 60° F and is 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. The rates of application of the aggregate and asphalt shall be as follows or as otherwise specified: 1 st Course 2nd Course 3rd Course Asphalt Cement 0.20 gal/sq.yd. 0.16 gal/sq.yd. 0.16 gal/sq.yd. Aggregate 80 sq.yd./cu.yd. 100 sq.yd./cu.yd. 100 sq.yd./cu.yd. The entire surface shall be broomed, bladed or raked and thoroughly rolled as required by the Engineer. Where multiple courses are specified, each course shall be applied in the manner specified for one course surface treatment. The Contractor shall be responsible for the maintenance of the surfaces until the Engineer accepts the work. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt materials 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 materials with foreign material. It 025418 Page 2 of 3 Rev.3-25-2015 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 Engineer will select the temperature of application based on the temperature-viscosity relationship that will permit application of the asphalt within the limits recommended in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that being 220 to 300 degrees F for AC-3, and 275 to 350 degrees F for AC-5. 4, MEASUREMENT AND PAY MENT Unless otherwise specified on the Bid Form, surface treatment as an integral part of the final structural pavement section shall be measured in place by the square yard of surface area to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to furnish and place the type of surface treatment calledfor. Surface treatment for temporary pavements shall not be measured and paid separately, but shall be subsidiary to the construction in which the surface treatment is used. 025418 Page 3 of 3 Rev 3-25-2015 SECTION 025419 SLURRY SEAL (5-37) 1. SCOPE: The work covered by this specification consists of furnishing all plant, labor, equipment and material and performing all operations necessary in colinecti.on with the application of a slurry seal surface upon designated areas. 2. DESCRIPTION: The slurry seal shall consist of a mixture of emulsified asphalt, mineral aggregate, and water; properly proportioned, mixed and spread on the surface as specified here in and as directed by the Engineer. 3. MATERIALS: A. Asphalt Emulsion. The emulsified asphalt shall be type SS-lh conforming to A.S.T.M. D-977 except that the viscosity requirement shall be changed to range of 20-50. B. Aggregate. The mineral aggregate shall consist of natural or manufactured sand, slag, crushed fines, or a combination thereof. The aggregate shall be clean and free of vegetable matter and other deleterious substances. The aggregate blend shall have a minimum sand equivalent value of not less than 45 when tested by AASHTO T176-56. Smooth textured sand of less than 1.25% water absorption shall not exceed 50% of the total combined aggregate. C. Mineral Filler. Mineral filler shall be any recognized brand of Portland cement that is free of lumps. D. Water. All water used with the slurry seal mixture shall be potable and free from harmful soluble salts. 4. EQUIPMENT: All equipment, tools, and machines used in the performance of this work shall be maintained in satisfactory working condition. A. Mixer. The slurry seal mixing machine shall be a continuous flow mixing unit and be capable of delivering water and also capable to deliver accurately a predetermined proportion of aggregate and asphalt emulsion to the mixing chamber and to discharge the thoroughly mixed product on a continuous basis.. The aggregate shall be pre-wetted immediately prior to mixing with the emulsion. The mixing unit_ of the mixing chamber shall be capable of thoroughly bLending all ingredients together. No violent mixing shall be permitted. The mixing machine shall be equipped with an approved fines feeder that provides an accurate metering device or method to introduce a predetermined amount of mineral filler into the mixer at the same time and location that the aggregate is fed. The fines feeder shall be used wherievicer added mineral filler is a part of the aggregate blend. The mixing machine shall be equipped with a water pressure system and fog type spray bar, adequate for complete fogging of the surface preceding spreading equipment, with a maximum application rate of 0.05 gallons per square yard. A calibrated control for aggregate and asphalt emulsion shall be provided and capable of proportioning accurately the materials. The machine shall be capable of a minimum speed of 60 feet per minute and shall not be allowed to exceed 180 feet per minute while in operation. Sufficient machine storage capacity to mix properly and apply a minimum of five tons of the slurry shall be provided. 025419 Rev 12/30/8 Page 1 of 3 B. Spreading Equipment. Attached to the mixer machine shall be a mechanical type squeegee distributor equipped with flexible material in contact with the surface to prevent loss of slurry from the distributor. It shall be maintained so as to prevent loss of slurry on varying grades and crown by adjustments to assure uniform spread. There shall be a steering device and a flexible strike-off. C. Auxiliary Equipment. Hand squeegees, shovels, and hand equipment shall be provided as necessary to perform work. 5. PROPORTIONING: The Engineer shall approve all slurry seal materials and methods prior to rni:ring and application. The proportions of the mixture to be used shall be as follows unless variations are approved by the Engineer. The Contractor shall make trial batches for evaluation at this expense to determine the final blend of mineral aggregate and residual asphalt. Aggregate: The combined mineral aggregate shall conform to the following gradation when tested by the previous mentioned test: Sieve Size Percent Passu 3/8 100 #4 85 - 100 #8 65 - 90 #16 45 - 70 430 30 - 50 #50 18 - 30 #100 10 - 21 #200 5 - 15 Emulsified Asphalt: The amount of asphalt emulsion to be blended with the aggregate shall be such to result in a residual asphalt content of 7.5 to 13.5 percent by weight of dry aggregate. Mineral Filler: Mineral filler shall not exceed 3.0 percent by weight of the dry aggregate. Water: A minimum amount of water shall be added as necessary to produce the proper consistency and obtain a fluid and homogeneous mixture. 6. CONSTRUCTION REQUIREMENTS: The slurry shall not be applied when either atmospheric pavement temperature is 55 F and falling but may be applied when either the atmospheric or pavement temperature is 45 F and rising. The slurry shall not be applied during period of abnormally high relative humidity. Immediately prior to applying slurry seal, the surface shall be cleaned of all loose material, silt spots, vegetation, and other objectionable material. All existing pavement markings shall be removed by grinding. Any depressions, large cracks, etc. , shall be patched before applying the 025419 Rev 12/30/8 Page 2 of 3 slurry seal surface. The rate of application of the slurry seal shall be between 8 and 12 pounds per square yard based on dry aggregate weight. The surface shall be fogged with water directly preceding the spreader. The slurry mixture shall be of the desired consistency when deposited on the surface and no additional elements shall be added. Total time of mixing shall not exceed four minutes. A sufficient amount of slurry shall be carried in all parts of the spreader at all times so that complete coverage is obtained, and the maximum allowable speed shall be 180 feet per minute. Approved squeegees shall be used to spread slurry in non-accessible areas to the slurry mixer. Excess build up of slurry on longitudinal or transverse joints will not be permitted. The slurry seal surface shall be rolled by a pneumatic roller having a tire pressure of 50 pounds per square inch. The paved area shall be subjected to a minimum of five passes with the roller. 7. MEASUREMENT AND PAYMENT: Unless indicated otherwise in the Proposal, SLURRY SEAL shall be measured and paid for by the square yards of material installed and accepted. Such payment and price shall constitute full compensation for all labor, materials equipment and incidentals necessary to complete the item as specified. 025419 Rev 12/30/8 Page 3 of 3 SECTION 025424 HOT MD( ASPHALTIC CONCRETE PAVEMENT(ClassAl 1. DESCRIPTION This specification shall govem all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface,binder and base courses required to complete theproject. 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-43 8-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 Passii7pr by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev,3-255-2015 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: 5iCNc 5irc Minimuni Perc nt Passiii6,by Weipht No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per squareyard. 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 j ob-mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications,and when properly placed the job-mix will be durable 025424 Page 2 of 8 Rev 3-25-2015 and stable. The sieve analysis of the job-mix shall be within the range of the Master Gradation and Tolerances specified herein. The job-mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job-mix;percent passing versus size on four-cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of MasterGradation. 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): Type Sieve A B C D Size Course Fine Course Fine Base Base Surface 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 Page 3 of 8 Rev 3262015 * 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 V 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 Mates. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plailts. 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. Surgg-Storage%%em. 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. 1_ai'donn Nelachinc. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section,of adequate power to propel the 025424 Page 4 of 8 Rev 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot street(back-to-back of curbs)in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid,or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggro ag tes. 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 'ob-mix. 5.4. Mixinp,. 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 'ob-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 Page 5 of 8 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 theEngineer. 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. Timnsporting 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. (:pmpactng_The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances hereindescribed 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 theEngmeer. 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 followingbasis: 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. Oven ii?to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of"Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates,straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev 3-25-2015 SECTION 025608 INLETS 1. DESCRIPTION This specification shall govern for the construction of inlets complete in place and the materials used therein, including the installation, and the furnishing of frames, grates, rings and covers. 2. TYPES The various types of inlets are designated on the drawings by letters or by numbers indicating the particular design of each. Each type shall be constructed in accordance with the details shown on the drawings and to the depth required by the profiles and schedules given. 3. MATERIALS (1) Concrete. Concrete for curb inlets shall be Class "A" concrete conforming to the requirements of City Standard Specification Section 038000"Concrete Structures", and City Standard Specification Section 030020 'Portland Cement Concrete", except as otherwise provided on the drawings. Concrete for grate inlets, drop inlets and post inlets shall be Class "C" concrete in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (2) Mortar. Mortar shall be composed of one part Portland cement and two parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of City Standard Specification Section 030020 'Portland Cement Concrete" for fine aggregate. Hydrated lime or lime putty may be added to the mix but in no case shall it exceed 10 percent by weight of the total dry mix. (3) Reinforcing Steel. Reinforcing Steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel". (4) Concrete Blocks. Concrete blocks, when shown on the drawings, shall conform to the requirements of ASTM C 139. (5) Frames, Grates, Rina. and Covers. Frames, grates, rings and covers shall conform to the requirements of City Standard Specification Section 055420 "Frames, Grates, Rings and Covers". (6) Cast Iron. Cast iron for supports and inlet units shall conform to the shape and dimensions shown on the plans. The castings shall be clean and perfect,free from sand or blow holes or other defects. Cast iron castings shall conform to the requirements of"Gray Iron Castings" ASTM A 48, Class 30. 025608 Page 1 of 2 Rev 3-25-2015 4. CONSTRUCTION METHODS (1) General. All concrete work shall be performed in accordance with the requirements of City Standard Specification Section 038000 "Concrete Structures", unless otherwise specified. Forms will be required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face. (2) Inlets for Precast Concrete Pipe Sewers. The construction of inlets for precast concrete pipe sewers shall be done as soon as is practicable after sewer lines into or through inlet locations are completed. All sewers shall be cut neatly at the inside face of the walls of inlet and pointed up with mortar. Subgrade under cast-in-place and precast inlets shall be compacted to not less than 95% Standard Proctor density. (3) Inverts. The inverts passing out or through the inlet shall be shaped and routed across the floor of inlet as shown on the plans. This shaping may be accomplished by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. (4) Finisliing.CCo_mplete Inlets. Inlets shall be completed in accordance with the drawings. Backfilling to finish grade elevation with native material, free of debris and compacted to over 95% Standard Proctor density. Backfilling shall be in accordance with the provisions of City Standard Specification Section 022020 'Excavation and Backfill for Utilities". 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, inlets shall be measured as individual units by each inlet, complete in place. Extension to inlets will be measured by each extension separately from the inlet. Excavation, backfill, frames, grates, rings and covers will be considered subsidiary to the construction of the inlets. Payments shall be full compensation for furnishing all concrete, reinforcing steel, mortar, castings, frames, grates, rings and covers, and for all other materials, labor,tools, equipment and incidentals required to perform the work prescribed above. 025608 Page 2 of 2 Rev 325-2015 SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev 325-2015 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 3255-2015 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 03 8000"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 ANT)PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor,tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev.3-25-2015 SECTION 025614 CONCRETE CURB RAMPS L DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or 94 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches,prior to application of the detectable warning surfacing. Slopes, S, shall be as follows,unless shown otherwise on the drawings: RAMPS Ramp in direction of travel.......... S <1:12 Side slope of ramp (flare) .......... S <1:10 Cross slope ....................... 1:100 <S < 1:50 ADJOINING ARIAS Landings adjacent to ramp........... S < 1:20 Driveways abutting tied sidewalks . . S <1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev 3-25-2015 shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev 3-25-2015 SECTION 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 Ill 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 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 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 Aggi-eg,ate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. iS} 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) Admix1gres 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 3-252015 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. CLASSIFICA"riON 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 beenmade. 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.325-2015 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. TABLE 1 Slunup i::ci��j�3ii•. it Construction Method O irod Shimp Mi1tirnurti Slump MamnlUlil Slumlj Concrete Pavement(slipformed) 1.5 inches 1 inch 3 inches Concrete Pavement(formed) 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 CON-C'RFTE 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. TABLE 2 Class of Concretc for Concrete Pavement Class Minimum Minimum Maximum of Flexural(Beam) Compressive Water-Cement Coarse Concrete Strcngtli Strength Ratio Aggregate P* 450 psi (7 days) 3200 psi (7 days) 5.6 gal./sack No. 2 (1W) 570 psi (28 days) 4000 psi(28 days) 0.50 * 5%entrained air 8. 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.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-MIX PLANTS The requirements for ready-mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11 PLACING. CUIUNG AND FINISI-IING 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 j oints 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 famishing, 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 Pagel of 3 Rev 10.342014 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." Example Blue Sign >m 30r MANDAR N UR 2"M 18" az"—4. 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 2of3 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 025803 TRAFFIC SIGNAL ADJUSTMENTS I. DESCRIPTION This specification shall govern all work for Traffic Signal Adjustments required to complete the project. 2. MATERIALS All equipment and materials for adjustments shall be provided by the Contractor, unless indicated otherwise on the drawings. 3. METHODS The existing signal controls shall be maintained by the Contractor. Transferring control of the adjusted signal control shall be done bythe Contractor. A minimum of 72 hours advance notice shall be provided to the City Traffic Engineer by the Contractor, prior to transferring control of the adjusted signal control or any other interim signal adjustments necessary to control traffic, unless otherwise noted on the drawings. Manual traffic direction by the City Police Department shall be arranged and provided for by the Contractor at any signalized intersection at any time that signal control must be interrupted. The Contractor shall arrange for a representative from the City's Traffic Signals Division to be on site to inspect the process of signal control transfer, during the work. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,traffic signal adjustments will not be measured for pay, but shall be considered subsidiary to other work. 025803 Page 1 of 1 Rev.10-30-2014 SECTION 025805 WORK ZONE PAVEMENT MARKINGS 1. SCOPE. This specification covers the placement, maintenance and removal of work zone pavement markings,which are temporary pavement markings to be placed on roadways that are open to traffic during various work phases,as required to complete the project. 2 GENERAL REQUIREMENTS, The pavement marking material shall consist of an adhesive-backed reflective tape that can be applied to the pavement, Markings are to be 3M Staymark or approved equal. Markings shall be of good appearance, have straight, unbroken edges and have a color that complies with all FHWAregulations. 3, DIMENSIONS. Pavement markings shall be minimum of 3-7/8 inches wide. Lengths and spacing will be as specified. 4 COLOR. The markings, as well as retroreflected light from the markings, shall be white or yellow as called for on the drawings. 5. VISIBILITY. When in place, the pavement markings (during daylight hours) shall be distinctively visible for a minimum of 300feet. When in place,the pavement markings (when illuminated by automobile low-beam headlights at night) shall be distinctively visible for a minimum of 160 feet. The above day and night visibility requirements shall be met when viewed from an automobile traveling on the roadway. 6. PLACEMENTS AND MAINTENANCE. At sunrise and sunset of each day and before each phase change, work zone pavement markings meeting all specification requirements shall be in place on all roadways on which traffic is allowed and where suitable permanent pavement markings are not in place. The transverse location of the line(s) formed by the markings shall be as determined by theEngineer. Unless otherwise shown on the drawings, work zone markings shall be placed as follows: Condition Spacing Length of Stripe Straight 80 feet(approximate) 24 inches Curve<2 80 feet(maximum) 24 inches Curve>2 40 feet(maximum) 24 inches The spacing of stripes may be modified by the Engineer. However,the maximum spacing specified above shall not be exceeded in any case. 025805 Pagel of 2 Rev 1030-2014 The Contractor will be responsible for maintaining the work zone pavement markings for a maximum period of two weeks. If,however,the Contractor is also responsible for placing the standard pavement markings, the Contractor will be responsible for maintaining the work zone pavement markings until permanent pavement markings are in place. 7 REMOVAL. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for on the drawings. 8. MEASUREMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work zone pavement markings shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025805 Page 2 of 2 Rev 10-30-2014 SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERN40PLASTIC) 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 11 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 Equitament - 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 thejob. 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 Iof3 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 thework. 025807 Page 3 of 3 Rev.103&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) 13imensions. Markings will be in accordance with the color, length, width, shape, configuration and location requirements of the plans and as directed by theEngineer. (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) 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. 8 Clean-i Tp_ 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 afterinstallation. 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 025816 RAISED PAVEMENT MARKERS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers required to complete the project. 2. MA ERIALS RAISED PAVEMENT MARKERS shall conform to Reference Specification Section 025818 "Pavement Markers (Reflectorized)" (TxDOT Departmental Material Specification 4200). Unless indicated otherwise on the drawings, raised pavement markers and traffic buttons shall be of the type to be applied to the roadway surface with a non-integral adhesive. Types of raised pavement markers shall be as follows: TYPE DESCRIPTION I-A One face shall reflect amber light and the body other than the reflective face shall be yellow. I-C One face shall reflect white light and the body other than the reflective face shall be white, silver or light gray. I-R One face shall reflect red light and the body other than the reflective face shall be white, silver or light gray, or may be one-half red on the side that reflects red light. H-A-A Shall contain two reflective faces, each of which shall reflect amber light and the body other than the reflective faces shall be yellow. 11-B-B Shall contain two reflective faces, each of which shall reflect blue light and the body other than the reflective faces shall be blue. (Fire Hydrant Application.) H-C-C Shall contain two reflective faces, each of which shall reflect white light and the body other than the reflective faces shall be white, silver or light gray. 025816 Page 1 of 2 Rm 103=14 H-C-R Shall contain two reflective faces, one of which shall reflect white light and the other face shall reflect red light, and the body other than the reflective faces shall be white, silver or light gray,or may be one- half red on the side that reflects redlight. ADHESIVE for securing raised pavement markers to asphalt or concrete surfaces shall conform to Reference Specification Section 025828 'Bituminous Adhesive for Pavement Markers" (TxDOT Departmental Materials Specification 6130). 3. METHODS PAVEMENT SURFACE to receive raised pavement markers shall be prepared such that the surface is free of loose material, grease, moisture, and other foreign material that could impair the bond with the adhesive. ALIGNMENT AND POSITIONING of raised pavement markers shall be such that the reflective faces are aligned for proper visibility. ADHESIVE shall be applied such that 100%of the lower surface of the marker is in contact with the adhesive and in sufficient quantity to serve as a cushion between the marker and the paved surface. Any surplus adhesive shall be removed so that the visibility of the marker is not impaired. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, raised pavement markers shall be measured as individual units for each type installed, if included as a bid item in the Bid Form. Payment shall include,but not be limited to, furnishing and installing markers complete with adhesive, and shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 025816 Page 2 of 2 Rev 10-30-2014 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE:JANUARY 2010 Description.This Specification governs for the pre-qualification,testing,and field evaluation requirements for reflectorized pavement markers(RPMs). Units of Measurements. The values given in parentheses(if provided)are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P)maintains the Material Producer List(MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL,entitled "Eagle: Bar Tiles, Pavement Markers, and Traffic Buttons,"require no further testing,unless deemed necessary by the Project Engineer or CST/M&P. Bidders' and Suppliers' Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. Pre-Qualification Procedure.The pre-qualification procedure consists of several steps, listed below,which are described in more detail in the following subsections: • Pre-qualification request, • Laboratory testing, • Field testing, • Provisional qualification, • Project evaluations, • Full qualification, • Periodic evaluation, • Disqualification, and • Re-Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier's contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department;however,the costs to sample, test,and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CST/M&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXAS DEPARTMENT OF TRANSPORTATION 1 - 7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) A.Pre-Qualification Request. Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials &Pavements Section(CP51), 125 East 11th Street, Austin, TX 78701-2483. Include the following items with the request: • Name and contact information, including email address for the person who will be the primary contact during the qualification process; • Laboratory test results,from the manufacturer's lab or an independent test laboratory, showing actual test results that meet the requirements of ASTM D 4280; • Product data sheets; • List of locations and applications dates where the product is being evaluated or is in current use;and • Test results from the National Transportation Product Evaluation Program (NTPEP),if available. B. Laboratory Testing. Provide CST/M&P with 350 RPMs of each color and type for laboratory and field testing. Submit materials for laboratory testing and field evaluations at no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a tentative completion date for laboratory testing. CST/M&P will test RPMs in accordance with Article 4200.6 and will send notification of results once laboratory testing is complete. If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the requirements of this specification, evaluation will cease,and RPMs will not be qualified. Suppliers may resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. C. Field Testing. Upon satisfactory completion of laboratory testing, CST/M&P will specify the location of one or more roadways selected for the 12-month field test and suggested application dates. The roadways will include: • a concrete surface, • a hot-mix asphalt surface, and • a Grade 3 sealcoat. The concrete and asphalt roadways will be full-access controlled freeways with a minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The Grade 3 road test will be conducted on a four-lane divided highway with a minimum ADT count of 4,000 vehicles per lane, a minimum of 20%average daily truck traffic volume, and a minimum posted speed limit of 50 mph. Providing NTPEP test results meeting the requirements of this specification may replace the concrete and hot-mix asphalt field tests on a deck for deckbasis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification,evaluation will cease,and RPMs will not be qualified. Suppliers may TEXAS DEPARTMENT OF TRANSPORTATION 2 - 7 EFFECTIVE DATE.JANUARY 2010 DEIIAR'1'. )L,"lv"ALM4TF.RIALS SPIsCIflC'elTION PAVEMENT MARKERS(REFLECTORI7.ED) resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1.NTPEP Testing. Submit NTPEP test data to CST/1\4&P for review if available. CST/M&P will acknowledge receipt of NTPEP data and will provide results of review within one month of receipt. The 12-month NTPEP test results for the pre-qualification of RPMs must meet the following: • all the requirements specified in ASTM D 4280 for the tests performed by NTPEP; • a retention rate equal or greater than 90%of the placed RPMs (excluding the RPMs removed for testing); • a visual evaluation of 3 or greater, as defined by the most recent NTPEP Project Work Plan for Field Evaluations of Raised Pavement Markers and Marker Adhesives, for the marker case and marker lens for a minimum of 90%of the placed RPMs (excluding the RPMs removed for testing); and • the minimum retroreflectivity values required after 12 months on the roadway listed in Table 1. 2. Application.Provide the name of the contractor,the traffic control plan, and the manufacturer and product code for the adhesive at least two weeks prior to the application for CST/M&P review and approval. CST/M&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/M&P will provide between fifty and one hundred RPMs of each submitted type for application from the samples submitted for laboratory testing. Testing of submitted markers occurs concurrently with a set of control RPMs, for compliance with the requirements of this specification. Control markers are those RPMs currently listed on the MPL; if the MPL is reorganized and no marker exists to act as a control, an RPM that has undergone the most recent NTPEP testing on both asphalt and concrete will be used. Supplier is responsible for application of the RPMs in the presence of CST/M&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/M&P of any problems or concerns with the installation within one week of application and request a re-installation, if necessary. 3. Evaluation. CST/M&P will notify supplier of a suggested date for field testing evaluation at least one month prior to completion of the 12-month field trial. Provide the name of the contractor and traffic control plan for the evaluation at least 2 weeks prior to the scheduled evaluation date. Materials must meet the following requirements: a. Retention Rate. The retention rate of the test RPMs must be no less than 5%below that of the control RPMs. TEXAS DEPARTMENT OF TRANSPORTATION 3 — 7 EFFECTIVE DATE:JANUARY 2010 DEPARTAENTALMATERIALS SPECNICATION PAYMENT MARKERS(REFLECTORIZED) b. Body Damage.The test RPMs must not exhibit discoloration or body damage exceeding that of the control RPMs. They must not exhibit a repetitive form of damage or mode of failure (indicative of a design flaw)in a large percentage of the test RPMs. Body damage will be visually assessed according to NTPEP criteria. c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot spacing must be functional when viewed at night from a vehicle using the low beam headlight setting. They must be functional when viewed at a minimum distance of approximately 400 ft. in the daytime. A functional marker is both visible and conspicuous. d. Retroreflectivity. CST/1\4&P will remove twenty test RPMs from the pavement to undergo laboratory testing for retroreflectivity in accordance with Tex-842-B. Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown in Table 1 (measured at 0.2°observation angle and 0° horizontal entranceangle). Table 1 Minimum itelrorcilccfivil edlfc Aller 12 Months on dicRomilw y Face 12 Mo. Crystal 1.0 Amber 0.7 Red 0.2 D. Provisional Qualification. CST/M&P will grant provisional qualification after successful completion of the laboratory and field evaluations including NTPEP testing, when applicable. CST/M&P will send notification of provisional qualification, including the date of placement on the WL, within one month after completion of the field evaluations. Failure to complete all project evaluation requirements successfully is grounds for cancellation of provisional qualification. E. Project Evaluation. Once the material is provisionally qualified and listed on the NPL, provide CST/M&P with project information for the first three jobs supplied with the RPMs and additional projects if requested. RPMs must meet the same performance criteria as for the field evaluation to receive full qualification. CST/M&P will return the project evaluation results after the 12-month evaluation of each project. 1. Full Qualification. CST/M&P will grant full pre-qualification and continue to list materials meeting all requirements of this specification on the NPL. Pre-qualification requires extensive field evaluations. It is critical that no significant changes are made to the RPMs' composition, manufacturing process, or design during or after pre-qualification without notifying CST/1\4&P. It is also critical that the RPMs provided be uniform,with minimum variations from marker to marker. Significant changes not reported by the manufacturer or variations in product, as determined by the Director of CST/M&P, may be cause for removal from the MPL. TEXAS DEPARTMENT OF TRANSPORTATION 4-7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFIC.ITION PAVEMENT MARKERS(REFLECTORIZED) 2. Failure. CST/M&P will revoke provisional qualification for RPMs that do not meet the performance criteria and will remove the RPMs from the MPL. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. F. Periodic Evaluation.Periodic evaluation consists of random department-initiated laboratory testing, audits,and periodic required submittals or field testing. 1. Department-Initiated Laboratory Testing and Audits. The Department may conduct random sampling (per Tex-7294) and testing on pre-qualified RPMs to identify changes in the material or nonconformity in production and to perform random audits of test reports. 2. Required Submittals or Field Testing. Every 5 years,provide NTPEP data showing continued compliance with the requirements of this specification. G. Disqualification. Causes for disqualification and removal from the MPL include,but are not limited to,the following: • material fails to meet the requirements stated in this specification; • the producer fails to report changes in the composition,manufacturing process, or design to CST/M&P; • the producer has unpaid charges for failing samples; or • qualified RPMs demonstrate repeated and large-scale performance problems in the field. H.Re-Qualification. Suppliers disqualified and removed from the MPL may submit materials for requalification after submitting documentation identifying the cause of the problem and corrective action taken. Material Requirements.All RPMs must meet all requirements,except for requirements specified for a specific type. A. Reflectorized Types. • Type I-A must contain one face that reflects amber light. The body, other than the reflective face,must be yellow. • Type I-C must contain one face that reflects white light. The body,other than the reflective face,must be white or silver-white. • Type I-R must contain one face that reflects red light. The body, other than the reflective face,must be white or silver-white. • Type II-A-A must contain two reflective faces oriented 180°to each other, each of which must reflect amber light. The body,other than the reflective faces,must be yellow. TEXAS DEPARTMENT OF TRANSPORTATION 5 -7 EFFECTIVE DATE:JANUARY 2010 1.)PPAR7AITtNT41 MATERULS SPECIFICATION PAVEMENTMARKERS(REFLECTORIZED) • Type H-C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver-white. B. Appearance Requirements.The outer surface of the RPMs must be smooth except for the molding or stamping of the manufacturer's unique imprint. All corners and edges exposed to traffic must be rounded. C. Optical Requirements. The RPMs must be capable of providing amber, red, or white light reflection as required by the requisition or plans. The reflected light of each reflective face must conform to the minimum reflective specific intensity(SI)requirements listed in Table 2, measured in candelas per foot- candle (cd/fc). Table 2 Minimum SI er Reflective Face at 0.2°Observation Au le cdlfc Horizontal Entrance An le Crystal Amber Red 00 3.00 2.00 0.75 200 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex-434-A, the minimum strength of five markers must be 2,000 lb. with none exhibiting a deformation of more than 0.125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex-434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,000 lb. load. The following equation is used to determine the quality index value: QL = (X—LSL) Is Where: QL=quality index value X=average result from test LSL=lower specification limit s=standard deviation from test. E. Heat Resistance. The RPMs must show no change in physical or optical properties when subjected to the requirements of Tex-846-B . The temperature will be 140°F with the marker in a vertical position. The SI of the pavement marker must not be less than 80%of its initial value after being subjected to the heat test. TEXAS DEPARTMENT OF TRANSPORTATION 6-7 EFFECTIVE DATE:JANUARY 20 10 DEPARTMEN7ALMATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) F. Impact Test.The RPMs will be impact tested during the pre-qualification process. They will be impacted with a 20-1b. weight in the form of a 2-in. solid right-circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre-qualification. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 7 - 7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTALMATERL4LS S1'L'C'IFIC}1TION BITUMINOUS ADHESIVE FOR PAVEMENTMARKERS DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE:JANUARY2008 Description. This Specification establishes the requirements for bituminous type hot-melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip-sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71°C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C(425°F)using either air or oil jacketed melters. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. Material Requirements. A.Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Pro rc rtic,s Material Standard Adhesive Flexible Adhesive Property Test Method min max min max Softening Point,°F ASTM D 36 200 200 Penetration, 100 g,5 s,25°C(77°F),0.1 mm ASTM D 5 10 20 15 254 Flow,5 hr.,70°C(158°F),mm 5 54 Heat Stability Flow,5 hr.,70°C(158°F),mm 5 Viscosity, 10 rpm,204°C(400°F),Pa-s 7.5 Flash Point,C.O.C.,°F ASTM D 92 550 550 Ductility,5 cm/min,77°F,cm AASHTO T 51 - 15 Flexibility, 1 in.mandrel,90°bend, 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329;heat the sample as described in ASTM D 5,Section 7.1. 2. Exception to ASTM D 5329;condition the sample as described in"TestMethods." 3. As modified in"Test Methods" 4. Maximum penetration of 30 is allowed provided the result of the flow test is less than 1 mm. TEXAS DEPARTMENT OF TRANSPORTATION 1-3 LAST REVIEWED:SEPTEMBER 2014 DEPARIWNTALMATERIAIS SPEC_lh'IC'ATION BTT UMINO US ADHESIVE FOR PAVEMENT MARKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler- free asphalt,obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler-Free Asphalt Pm reriies Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 25 ASTM D 5 °F),0.1 mm(in.) Viscosity, 135°C(275°F) 1.2 (12) ASTM D 2171 Pa-s(Poises) Viscosity Ratio, 135°C(275°F) 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler P pertim Property Minimum Maximum Test Method Filler Content,wt. % 50 75 As in Section 6130.4. Filler Fineness,%passing; ASTM C 430,as modified in 45 l.ttn(No. 325) 75 -- Section 6130.4. 75 pin(No. 200) 95 — 100 150 i.un(No. 100) Test Methods. A. Heat Stability Flow. To determine the heat stability flow,place 1000 g of adhesive in a loosely-covered quart can,heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery.Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000-mL(1-qt.)Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent-asphalt mixture. Recover the base asphalt from solvent according to Tex-211-F,but begin with the centrifuge step;the primary distillation is not necessary. Repeat the above extraction- recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00±0.01 g of solid adhesive, broken into small pieces,into a centrifuge flask with approximately 100 mL (3.5 fl. oz.)volume such as that specified in ASTM D 1796. Add 50 mL(1.7 fl. oz.)of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod,taking care not TEXAS DEPARTMENT OF TRANSPORTATION 2-3 LAST REVIEWED:SEPTEMBER 2014 DEPARTMENTAL.MATERIAIS,SPP C"Ifq"TION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent,taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 f 5°F)to remove solvent.Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20- 25 gm retention factor to verify there is no loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75gm (No. 200) and 150 gm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic,water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 gm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. Acceptance. Bituminous adhesives are pre-qualified in accordance with Tex-538-C. Consult "Bituminous Marker Adhesive" for a list of materials currently pre-qualified under this procedure. Packaging and Labeling. Package the adhesive in self-releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 60 lb.)and must weigh within 1 kg(2 lb.) of the stated quantity. Self-releasing cardboard dividers,which will separate each package into sections weighing no more than 7 kg (15 lb.) each,must be part of the packaging. Each package must display: • the manufacturer's name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3— LAST REVIEWED:SEPTEMBER 2014 CALL BEFORE YOU DIG! SHEET INDEX _ SHEET NO. DESCRIPTION 'I � Busrc_a uiic 1. Ne Sh—,-ffifty M.p&street lntlen ay`/pA'E 0i1 31i� xmwwembelow 2. Legentl&Abbreviations - y,' _ _CBIIMan]T_veig. 811 N RTllt sCnNIS,,JR•xi San Potricvo County THE LONE STAR a. schedule o(Estimated Duantines 5. curb,Gutter&sidewalk standard Detals o' NO COMPANY y/FgECi�ifR:E 4e�� 4yt, AT 1-800-669-8344 s. wav standard Details EkYC�RpXAL.,ET� andard DeUils 8. 'Driveway 5tandartl Details 9. 'Concrete pavement 'gym NUECES BAY nary sewer stanaara cetaa: sand sewer'S "d cetana z ® 12. Racy Sevrerstandard Details =y �aMy 13. 'Sanitary5ewer5tandard Details Iz w,a a. m,warerstaneard Decans U� � � � G"" ss. m,water stanaara Decan: ;•-x N 1B. E—erstanaardD aba p r- CUOrb Ramp Standartls �z 18. •Curb Ramp Stantlards W U U CORPUS CHRISTI BAY 19. 'Curb Ramp standards 20. 'Curb Ramp standards Baniratle&rons[mctpn Bc(1)-14 x GRAPHIC MAP SCALE o BaRimde&rnmmction ec n 50.ro o SON 1anO Barricade&ConstruRion BC(31-14 1/i u 2a. Barricade&Wnstruction BC( -la = Harriatle&Construction BC(5)1)-14 � U 26. Barricade&COmtruttion BC(5)-I4 S 27, Brricade&WntruRion BC(7)-14 y arri�de&mmta—DBc(s1-14 Y WII aN t 29. Barri—&--ill BC(9)-14 iF�IIII W W Groff@ 30. Barriade&COmtruRion BC(30)-14 @,� xu 33. Bart wde&COnstruRion BC(11)-1a r_ C ¢�A Bb at A icade&COns[ruRion eC(12)-14 O 33. Traffic Con[rvl Plan TCP(2-i)-12 �„ T �" .�' �P 3a. Tmrec contmi Plan TCP1- TraHic Control Plan Ta(z-31-12 U �i36. ntm rrarrt coi Pian TCP(2-4)-u THIS PROJECT COVERS 32. work Zone Short rerm(STEM)-3 ENTIRE CITY LIMITS OF Q o w THE CITY of CO1115 CHRISTI STANDARD sHEEIS O CORPUS CHRISTI. THIS IS VJ`� sPECIRCMLYIDENDFiEDDNTHESHEEFINDExWIrH n z AN ID/IQ PROJECT WITH 3 a AN(INANE BEEN ISSUED BY MEMDARE APPLI PBLE u DELIVERY ORDERS ISSUED Ne" To THISPRDIECT. w z vWii THROUGHOUT THE LIFE OF ° 1 ' ccPnoAT, zsJz iy ,� THE PROJECT. ° 4 FELIX H.OCANAS,JR.,P.E. DATE $ 0 Q PLANS FOR g � � � z IDIQ MINOR STREET IMPROVEMENTS FY 2019 N VICINITY MAP PROJECT# 19061A;19062A;&19063A w cor�isucno°N: w PREPARED BY p ecbr o Egn e y SOMce Da c s � ECMS LLC 3 SkEf 1 of 37 Rea.No.F-3899 usan oaaBvc 5001 Oakmont Dr. S�� Corpus Christi,Tx.7841_ g Cell:361-549-4576 an 190B1A;19DEZAG; maEcr,,1 LEGEND ABBREVIATION sir PFOJELT N0. wEH:w cOxiAEtE P5 E NNUPS RFOnS 9 BENC4uY3K - � FLOW CIftfCROry I➢pMgL FAB FfHO^AMx RCP GT80PGT CaJCFER PIPE '1P\E OF l fX Sell }� J7Lm'LINE POLE © WSnNG GA5 MErsR � �E�� � Flx�GREE AC ROW �S:� �Il ;/ 115. BliftOaE OJ SiFE itOMLNE Pe REEeOVE '$ 1 ffLL'l CAl S R '�- NONnORING WELL y� E.fISTNG Gt5✓sLVE µtg� .V.UN F ` �.� sJl Ah006 :t - oPFROz GyypN &� V 1 A61SIE0.0 t Q`" F,RE NmRANr �° EwsnNG c,�s MARN�g �� - scum Ilyv�N��EN; a� ux mm s:HHJ scxmuLE pQ WmNs wAT-�v>LVE N i `'°LP1om ss rUU Pia^ ® GAs vE1.T ,,,v �„� sNaae aax cuL --"T IXISW�GUxwIRE GYrT. STtNWR0 Od0190N 0.4n0 �Mfi MANMGIE 9� 8��'xNA qp 0.R GFWt G3 �C SECtWJ aR SEcaNa T"� EWFR MnNxoLE 85 BftaYiiW fftE iR.�Narw elft➢ CFnnE EOE sE"ON9nP,Y 4+LnF£aD 2Sxc § rn p F O°0 aE>,uoUr aU-nNG s a seas mouxo suxFxE - sUD. wws Fa-c .Y Q IXISiiNc if1EPNONE PEOESI4 ea`£IxvE GJYN(O F fON � U n u � Y� "IGI-'i'Nri.E !Pw'k151iY POLYE?4T.� '�� � ❑ WSiWG TELEPHONE.'-SANONOIE iiC � �N' �� SIGN Ewa 6ftG - StAilpi U p O 0 -wG TEtEPvoNE unroNOL efts xwxaum W w'�V V Ftin wncu wReg snnau sect O SOn.BGWNG(vas.aUGUST T .� EY TELEPHONE MARItEk 8+� ROE etwduaJ - �Cttws S]UMf YN6 PIPE snreaur wma PROTEcnaN D Exsmuc sELE—E..venvcr u�JOE w IxyEm¢Evnrmn * owmuP v �� amm is ewrea w wcN� TPS eUWxNara y Te C TOR Ta�IEMWEO a y ---- ExsnNG�JEm G�,wEaswN�H.NNE, aR Gwa,.x IxPD u�w„KK, r scanon xDmm oP aF crsnxc . a V n roc G ExIsnNG Fa�cE aF amu+un<EExn U' uxFix leer m ,al Prt — ..ENrERUNe nue Lac LUNrs cr mox nwru 4 III)) SLUPE lNE EnSiLNG A vED ROaO axxllClie➢NEiN.PGf LauO LLmsltluwK wNEacfianro i �a SII) X W ------------ E%SRNc UNPAVED ROAD t`'T'Y Poe,T u W�tt,RWtO f1ECiidC @ U F'•a tll TREE To BE REUGNT_O x O . .. --.s—mE- PR—OVERNFT.0 EL.CIGc Vs5 UNRID SfAt6 GECLOGCN.NR E mxmnwirs m mxlwunnwJ nmE vc� vERlru axvE - ti a T—1 - —ID`- sEconcarer ovERHEnD aEcmic R AOR n"� � x vExrcu U }W( o aEMrvN na"� 4 —�—� ,Q— uxoPrtcRouxo ELsmnc � uEiwm eve-,. come rnm xH. Noreramw,nu. O NNTROt PANT —_—_-- PROPERtt BOUNOAFT o f O0.PnMD µNJ vt0£R uQFlt N CG _ ____ 2'SEDIMEM CO.NTRc1 SOIX BEVi 6R�Nro y N Q' SAFF GAGE � OUCR£C4tu PIPE xGrp x4TgHet CE00Enc vE OCAL yAe MmFA wdVE W O nUMeER F+ISON _�_�_�— SILT FENCE OPoiO NO � wWJPxAhR � Q OIMT OWJE%tt aKtE%mFA TREAIMEHY PLWT ®� IXGAVAiIONS-TESL PIiS O p q Gp�RM OL MEASURE �s7 � NN£ P W.ttQf ENarLMIEAEa � C d' -.s awLIS1 amv¢p) a � m _ usmw �Nrm d Q SOIL SGRING —————— MULtH FltiER BERM OR Plfti BERM � IId�5 Ox cBIiFR Elai vox F t 2 —� _ _ __ LIMRS OF CONSIRUCnON ENM FSE x NL-'nniEA 4PARAIDx Iu 4 E1Ei'NKKJ PLU5 OR wmm6 t,7 W .t NONUMENT SURtci INfEFs ATE NICMVAY �' E� 0 w CURVANRE Z VxOEa SAiFS NNiMYAY P FOCE OF PAVQIpR PoRhWO CRNHf WNCREt U..eu.aa.-L_W E%6'Nrv0 Bv�tDINOJSTRUCNRE ER �Wl E4U4�➢ON P PftNESiNE CmhroJiFN'IgJ tF�Ft IXCFr�ENCE O. . (rJi tEX0.S SAE NIGHwAY F➢.SPC FAWti.Y.&ncE➢ PxW.EWARfR � � 5N OkRaXCt EEMI:FS tPAe�&wSitME �aFOSm GRWE UNE IX�tSiN�ELEYAIION CONTOUR WRH �. MRBJIfW'EL x n N PEEL g9WE MEAN SEA'..c'v¢ .� 2m vF,nk'sl pq{vE SAikw P� PPoNpD'a+EWIEW F1ECilOc ' nEw a.e✓AnoN wNrouR wrtH � ¢u wmca.a�uE¢Evaiwx � 57lEEi?W 37 �."'—'830--�' EtEVATWN 9J PEET ABOVE MErvu SEA LEL'EL � ELN W%E(E M91 SfAIiON PPOP FPOPOSED OR f&E FWMIN6 PFaP/upLiWP a Igygg]AWNiAG MJ. ExDr w Ex Evsnc Pr veer�'"'n"L''' _- STR 952 3 I,tAJ..A_A�.IJ UNE EXIEtcakJ LIYfFAE zsoBRq;zsoszn; Parvoam.wnrcsl.wRFcnox � an PRQACf�zsos3n __r,— Ni 9`1 YM EROSIPNANPSEDIM��lpb[IR�,��,,�f�-�N��MEWpMMCUI 1. C0NTMCMR SHALL FAMILIARIZE HIMSELF WITH THE SMS AND ALL ITEMS OF 1. THESE NOTES ME INTENDED TO ASSIST THE BIDDER IN ESTIMATING TOE UNIT MINIMUM REQUIREMENTS 0 A WORK LACK OF UNDERSTANDING OF WORK REQUIREMENTS OR COMPLEXITY PRICES. SHALL NOT BE CAUSE MR ADDITIONAL COMPENSATION. SEARS ND/ORCUFFBINLMW1u_SFpMaM.WH,RTQ, ._A BA TOPRFVUNT5EDXMEMENaTEBRNGTHE$MRM 2, TH��NOWE�VEOF�ISP�.'�"TOR�-��ILED�PHALT DEMENT OSAINAGLE-TEM,ME FILTER MATERIAL WILL BE INSTALLED SEXXXI K, Z. QUANTITIES ISTEUGN P—RDESTS MEAPPROXIMATE AND INTENDED FOR AREAS.ALTHOUGH OTHER BID ITEMS LIKE MANNISLE AND WATER VAXNE BOX D MOUTIONBEGIN$AND�ILLIE�AIN��..�H�EPROJEa "in t INFORMATIONAL PURPOSES ONLY.NO(UORA.PAYMENT SHALL BE ALLOWED A IUSVME",ANDCMQANDGURREPUkCE ENT$ARE INCLUDED,THEY CS V A SKY FORNORSCALLEDFURIN REDFAWMERSORSPECIODSTIONSBUTNOT ARE INTENDED TO BE INMENTALI T E—ONEMIDEPAM ITUNDT `YN`G�AN1DU`A`5"D INCLUD D ON ME DID SCHEDULE.THIS INCIDENTAL WORK WILL BE REQUIRED EXPECTED THAT THE ITEMS FOR SEAT COAT ANU CRACK S—WILL BE.1. FREQUENT E. CONTINUOUS SITE M—TORORG will BE AND SHALL BE INCLUDED UNDER THE PAY ITEM TO WHICH IT RELATICS. EXTENSIVELY,OR AT Pat,BUT ARE INCLUDED TO INSURE THAT A DELIVERY PERFORMED TO INSURE THAT SEDIMENTS AND OTHER LOWE GRD R DAN BE ISSUED 11 Fr.1-FMS NE—MY. MATERIALS 11 NOT REACH ME STORM UNUETS.ALI WASTE MAISMAL 3. THUSa F ECUSECRUCTON DOCUMENTS SHALL BE CONSIDERED AIR AWHDLE WILL CoUFMD AND PROPENLY DRIMUSS..1 DAILY. AND THE GENERAL COIXTRARMTR AND ALL SUBCOSITERSTONG ARE RESPONSIBLE 3� IT 15 ESTIMATED THAT ABOUT N.01 ME PAYMENT REPAHRS WILL INVOLVE REMOVAL AND REPLACEMENT 01 BROKEN ON IRSTRESSED ASPHALA'SURFACE FOR ME INFO ATION PRESENTED ON ALL SHEM ON THE�OF DRAWINGS C, AND ALL S�l DNS OF THE SPECIFICATIONS. WITH PROOF ROLUNGIS'—1 ATSONHE LOMICHNS,ME ENGINEER AND THE CONTRACTOR WILL Me—DETERMINE I'PROOF PULUSLY IS NSMIARV u 4� STREDIS SHALL BE MAINTAINED FREE AND UNOBSTRUCTED AT ALL TENCE"Cf,T BASE REPAIR G ANTICHATED AT A.DUT—.1 THIS LOCATIONS WITH A LOW D,,6 WNUEENUTWHERE REQUIRED,FURNISH AND INSTAU.BARRICADES AND PROMM"THAT STABILIZATION.1 THE MI R INCH.OF BASE WITH 4% z OTHER PRBBTE�IN—SURES70 SEPARATE AND PROTECT VEHICULAR AND CEMENT MAYBE REQUIREDAT SOME UDCATONS, eb PESESTRIAN TRAFFIC FROM DERRES AND OTHER DEMOLITIONYCONSMUCTON r2_u u, A-D... TESTINGSCHEDUL POT HDU REPA_ .. ..... MIS UP-- S. COISTIASTGATOPROTECTALLINFRASTRUCTURES,UAMAEBMTHEEBUTING IS ORNEIIIISHOUND AND/ORF�]tM��USEDBYMNSTRU�ONTMFFI�.', "--c- io --SHhrda`PSub911d1 per s11CV1 aae,renal 2 cl� CO STRUN OPERATIONS SMALL BE REPAIRED OR REPLACED BYTHE THE ENGINEIRKWIWSSUE A DELIVERYORDERTOTHE WSERIECTIG, P11—LF/Laq,/Uft CO FACTOR TO MATCH OR EXCEED EXISTING/JVEW UNDAMAGED CONDITIONS INDICAFFNIS THE LIMITS 01 PUT RUDE.1—TYPRIDULY,ME UNITS -DarUfti.-lblea,fe(D1VPwa,) Pw 2 AT NO ADDITIONAL COST TO ME OXVNEFL WILL BE IDENTIFIED PER STREET NAME SEGMENT FROM INTERSECTION -D-1161s-Slbglade(Sidw) per som SF 2 0 D111ft!r,-BXhjwd Curb a,,GrOV, --- U` TOI TERSECTION.ME ENGINEER$INSPWILL MEETWITHTHE per 2TR)IT 4 9 R 6. CONRYDRUORSHALL PROVIDE AXDINSTAELTE1VPO1MU`MAFFIC�OXTROL C`_I V� DEVICES IN CONFORMANCE WITH ME TEXAS MAIRLAL OF UNIFORM TRAFFIC POT HOLE REPAIR CREW AND IDENTRY THE TYPES OF PDT HOLDS TO BE FLEXIBLE SUDY, CONTROL DEVICES,LATSST EDITION,AND ASS SHOWN ON TVATSDOT DRAWINGS. REPAIRE AND ONSURMAT THE CREW iVS ME PROPER TOOLS, �;Arrifyljl Per 3RECT U -a EQUI IRRI MATERIALS AND MANPOWER TO COMPLY WITH ME BID AUr1b 19 1-mit, per W.a 7. DURING ME ENTIRE CONSTRUCTION PERIOD,THE CONTRACTOR SHALL ITEM REQUIREMENTS AND DEMONSTRATE ME MEANS OF PDT HOLE :-M Mad P,wHV1 PC,SUCH� o MA NTAW CONSTRUCTERS WARNING SIGNS AT EACH END OF THE PROJECT TO REPAIR. _L.A,,AbF, P—STocy S ) CBX Sta,da,d) Per Ni't"W sau'O, != v 100TOPH GAND PEDSI11HARIMPUFFICTHA11STRUCTION MIN CRIRV_EQU� �_Va`l 8.11 NIM TAII ler m.'e'al s..,. Ij P GRESS AND OF POSSIBLE-U5 CONDITIONS GENERATED BYTHE -T,.HrjT P.-arelials—O, L CONSTRUMON. THE SIZE OF CREW SHALL BE THREE(3)PERSONS.THE EQUIPMENT Per Too SHALL BE A DUMPTHUCK,(.MR),ME M-SHALUTEN Shl -11611 ItCRiTpaMed Sale(C&G) 2S.1/R/Uft 8. CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR MAINTAINING A SAFE INSCRECT FARES,MOPEDS,CUMPACTOR,TRAFFIC CONCHOL CONEU AND FLAGS. I S[TE ZA....A NO,mRxAGi,w.T(HMA) MATERIALS, -Ew".J.,Sieve M�IH, Per 500 TIhi 11 DIV Z --b D.rVI1&S.1,11H, Par 50D Tall 11 Dw, 2 9. THE DIMMACTOR WILL USE"DOOR VJANGER$�AS-11—TO PROPERTY THE DELIVERY OMER WILL IDENTIFY TPE OF MATERIAL TO BE Thweletarel DChUW(Dire Nlelh.dh Per—T111 11 Day OWNMIQ THE UPCOMING WORK ONMEIRSTR.THEORWIU. USM;COLD MIX OR He- SHALL BE ALL SEASON PXE- PH DEN�C�TG�CHR�IDENT�DBUSINBSW�DON�E�ff�S CONCRETE: CRATED PATCHING MIXTURE,-T UME 92111,1.TACX COAT SHALL (Uni,eaftred Cm,,a.i,IZ,&8 Day) z AS DIRECTED BYTHE OM MR]NG ME WEDIRK. BE SSV ENDUSONFOR BOTH AND HOT MIX,HMAC SHALL BE TYPE C-1b&GLIFKI/C�Ib Per SSO IT C A IS r,LBar 2 10.ME CONTRACTOR WILL MAINTAIN PESHISTRIAN AND VEHICULAR AC—SBUTY .,�DQT ITED BE. Sidewalk,Ared C-RaOi, I.,�mo 11 B,L.VYU.D AEON THE WORK STER.��R MUST NOT CLOSE SIDEWAL95 ON KEITH JeEik.SUREMENT&PAYMMS oN'way, PS12SOUSF11Ur, SIDES AT ME SAME TIME IN OMER TO KE EP ADA AND REA ACCESS ROUTES 1.The lb—teSURS,IlLesare The Eh&--,he 11,h1w OPENATALLTIMES. SEE SECTION 01,2"1 FOR SHEASUNISHENTAIRS AVES FOR PAYMENT. B.,R-fa,faijaare rat lal�ded, 0 Z I.—..11ele Va be;�,[UdVd with dw,,R,Ue,t. C' UTILITIES HOLEFEEPAIRINHHEATION, 3.in De—ert Iffailahel,addifierial t-will ba,eq,hed.IfIewwrall-1111c,,pHIel 0 SONT—IF IS RESPONSIBLE FOR LOCATING ALL UTTJTIEG AND SHALL.1 FULLY MSW SETS UP ANY TRA111B CONTROL NECESSARY z RESPONSIB FOR ANYANSIALL SUBMAGGE TOME ISKISTING PUBLIC OR PRIVATE P�HOLE���(ORW��RB�WENOFANYLWSE�RT, z UTILITY LINES,INCLUDING,BUY NOT UMITTDTO WATER UNES,SAGETARY LINES, DSMISOALOOSEAREPHRITARDLINSTET.01C kD PROCESS LINES,STORIA SEWERS,GAS,COMMUNICATIONS AND ELECTRIC TACK OIL(SS-1)15 APPUED ON THE HOLE SURFACE AND EDGB DURING CONSTRUCTICHIL WHOM la EVVNTHE PLANS OR NOT.ALL. HIM MIX ON CELD MIX 15 PLACED ON THE PDT DOLE LOWMIT 11 DAMAGESSHA�BERE��E��N�l.$TT.TH�.—E��C.NMi ISVI THE�OR COLU MIX IS ECUMACTED WITH A V11RIATURS PLSTIS mT f LINES. COURP—OR, -.3 REQUIREMHRVROF ME OWNER OF THE ELECTRIC LINE. CLEAN MCA AS STR 952 mmxrArvrs srRir PR0.kCr xa S.t5TOF r'q�tF x°1etl IDigm nor Street Improvements Fv xe DPsalanow xn =21, sn I nem D (per-1. oesm unR " A rE PanDRMNA£IMPROVEMEXTS(per C IXi 290 UREMENi PAV.FOAN00A6SfCRMENI)� / CI K Of Pro3ect 19063A 19062A{&19063A PadD OWVNAGE MPxOVEMENiS IPa�8EC.01290i MFA5UREME ANO flaSSfORPAYMENI)a� Remova&aepmnt of 6 lete'nplace tF gD0 N y 39000} ttOMmbe[,. _ 1 Remova&Rep cone of Curb&Gutter,c mpiere'n place !F sBD D e DS wn qry vt Ceepus Christi ° Remova&Rep acement ' A02 Remova&Rep acemeneof driveway approaches, B03 waY avprpaches SF SW v d1rCfSE41$tIRE w^'o complete antl'npare SF gOD comp Bee antl'npace E /ONAI EN &03 mpval&Replacement of Sdewa ks Fei'u O E AD3 Remova&Replacen entef 9dewalks SF 30 rm Water ManM1oe ft'n&Cover Adjgsimeni wnew e.s to dtor Partz a&C storm wafer ManneeR'ng&Cover nsbneiwnew nhme Ring anticpaer Axsembyw)new Concrete MaMole ft ng a itl Cover Asembly wJnew Ill—D, B Each AD4 Each 5 eaght AtlYusimene Rngs&w/Uncrate Co lar comp ete S Height Ad7us[me0 I,,&w)Conttete Collar complete n place --Bid�rtA .,ENT) nplace b 190IM BA95 FOR PA aro Dea xAOEM OII1-1.11111 11 ix sat rn q -- � suBrorateaaTo oaq nnt;E MPa FeaT51Nt ANixRMU A-oaf _...n(noctoexued% talbtli t6 i a0avEMExis(pers6cr ox 0l zsot�EasuRFME ENr) art xis lParsELT eNoi z9 oiMEAwREMFxr qxo BasswaPArMEMi Mer varve AalnnmentwJ concrete co9ac compiere inDB B-FTE 3 ` EA', P^ m A"',, -lotr06Ree1dential sereett Y 250 Lx U b Da A Fi p aCe Earn s pare s AA! c Annra street: Dav Ts spaioTatpaaTE wATEa NnPaovEMENTt(a ai sueroTaLPaaTE wnrER MPaovEM 1 1 S Pang wASTEwaTE EMaxD asssroa PnvMENn Parte wgsiawATEa MpaovOMEMTA _ NDeAssro6 PArMExn °'2. 1 W rPolo4on Pr.vent on LS 1 San[ary sewer Manhole g San'tary Ad n4 In<udng New Manhole g& bl } U do O u wD lit.maa Aim III. 'nclud g 3-: Asse bl (new BFS Each S (JU Pada STREET MPROVEM NLSlParxSECi ON 012301 MEASUREMENTAND BASIS FORPgYMEN>7 AFS HDPEH gh Adiusbnen,1. ,a mess Steel Inflow Each S HDPE He 111.1IAmen 11 s s fi - Bal Cem.nersingie course F Iand w/Cvnvete Ccr.„ I°hb'xor and w/Connete Collar,complete'n placer 1per ( EML an Ip M� SFtNiInYMENi) in I IMOe' tler 1,600I __%total bid?entsiabA-05 mestone b 'comp e. place J04 0A3 TffiIRes tlent al9xreets Day 200 AQ5 ____ -- d0Traffic Cvnirei,Arterial StreetsArterialA g C-A6 Storm Water P.11—nPrevention is i $ �)pv)E A-BJ siandardspetlR a[ion for Cons[ruttivntem 340, I. TOTACPanTfl-cENPu.LOrems aAi Chia e-A6) sue I.--FE IMPROVEMFATElF-EECTI0N012901MFASUREMENT—SIS FOR PAYMENT) �O iAtluding SSleniulsien for cock cod( R.RR-RTREETIMPRGARV TS(per SEOTi0N 012901 MFA&UREMENTAND BASIS FOR PAYMENti C-01 Allowance Mr Un FDR,"ll s[ree[Impr M A89 Al.—ID Coated Patching AlAture(ASPPM),TxDOT Ton SOD Planing(Milling),1'TAW to 2C0o sy m,nimumper Haebx P.eemmtsrma"rearoaazwn wm:nnerx.m»•n9.vx.ra G OM ncI.SS Semulsien{nr tack coat pelivery Ortler SY z000 mwnVrmotrv. a:Ph.itrom..acegmacl.ice a-R� M ning(NS ing),Atltl tional 3'100Dto 2,000 sY minimum a coca ea ?- 1 S 61 Pia SY �C B2 Subgrade Reba r uD to 4� nemaaway.svbaraee,ea: 802 er De ivery order Upper P. SY 6,OOo q on a SY Sv0 a 063 Cement stabi zed Base vi Md%Cement vst ng 2W0 Cea Base Repair.0.ddibonall pMi' i a sv S,WO U q 1'mertvne baze,36",mmpieA,in place per Sv Sy 500 Ces Surta«Treatment flepair UOper2 HMAC SY 6.z65 a0 ream D r 't� ST 6A00 B �Iro toadba Fw.nw vUbp�w,ed S,�.iivuiam .m aasm a 't"a�waYw rmvlxa+ CB6 PAartace Treabnent ReParAM-1 v'Devth HMAC Sv 6,OOD TSlnemsCal Mrufs6l rt U e o 9ubgrede Re ria• c • P CAD PROVEMENTSWM5ECT10N01290t MEASUREMENTAIr91RASSFORPAYMENT rf Treatm tld"tional epM HMAC SY 6D00 pan up m4fi D M(rm wb11a9an)e SY 45000 ry �' +nberaa+,core B 06 se Repair,Upper i Depth th(U o A. 11000 Cti New ADR Curb Ramp.Concrete Curb Ramps,meeting 300 u F— i ti. - xnam.awav 00J Dase fte dd" 1 Both(Ume one) SY 130W ro�req&Rep ace aDA rurb rampaRemova& sF ». 6 1(I bll n) s aa6 SY 996 008 surface p'Upper2 HMAC sr 13000 Remove Z 2-0 (' ) SY J,OOD 809 Sprtars Rp dtl'bvnAll DepMHMAC SY 9000 CL2 Repiacemeneef ABA ramps not'ncvmp ante w/TDUz SF 300 Q A-1-11 ptn l'm ronej sY 6,W0 t isavauK gene roanwar.wa aaa BTOTAL PARrc.-RAPawEMExrt lc-Ci TxAUE aI g, 6 avrface Treatment Raper Up0er2 HMAC sY 6,000 "lar w^U - n•zgw<mmromixrnaciarrem eevpwe Pak0-DRAINAOEIMPROYEMENTSWSEC 012901 MEA&UREMEMAND BA51&FOR En A.6.» dna cu an au +-6i9 surface Treabnent 0.epair Additional l"Dept,HMAC SY 6.000 a-R10 Su atle Rep air op tD 86"DepM Bme stabilization) SV 380D C-01 eme ep arnmen o ur nner,mmp ete in Bas.Repair,Upper 2"Depth(Umeatene) SY 110D0 Piam vz �. Q Ew zme Vmenyrepairlv.inao:pnalecon rew DA B-812 as r.w4rma BS3 Base Repair,Atldinpnal l"Depth(Lime va epacemen° nveway appioa fes. SF stone) sY 10000 602 g00 -013 Surface Trea[mene Repair Upper 2"HMAC SY IOWO mplete antl in place e� A-820vm0uh rade Repairupro4-6"DepM(lime[ on) sv S.OW 13-814 Surfaceireatmenx Repair Atlditienal i"DepMNMAC sv gC00 C-03 ova1&Reps--1 of sidewalks SFA. A-021 ase Repair,Upper 2"DepM itimestgn.)ahil sv 6,000 rm a r an roe ing ver /U en wnew H A-022 RaseRe air,Atltlitionali"Debxhtimestvne) SY 6,OW nse�oppvs;ta<amkxiMa P>r�emsl�aopniwmrrm vgr wa,;.atamm, Manhole Ring and Cover Assembly wnew Conuete W A-623 Surtace Treatment Repair Upper 2"HMAC SY 6,000 48-BiSv Subgrade Repair Up m 46'Depth R--biliza[ion)w SY 300 C-pA Heig,t AdjustmentRings&wl Concrete Collar,complete Eacb S LLQ Surface Treaimenx Repair Additional V HMAC SY 6,oW 0-016 ase Repair,U per Y'Depth(Dmestone) sY vv000 nplarx y� Dnrs litems AaltM1m a-ex4Y a-01J se flepair,Additional i"DepM(UmerteneY sv vEMEm t—TH mal Z n C�ADA 6IPROOIAENTS(per SELTQV 01 A 01 MFASUxEME'NT AND RAI 11111 PAYMENn 8-010 surfacetreatment Repair Upper 3"HMAC sY 11000 Br01 1 uaEMEry 00- RDACnrbRamp:Conaew Nrb Ramps,mewing 6-819 sprtaw Treatment Reair Additional i" fMt(pWr SE ncorv0129 ENTi ompe Bin TR aACl SF 300 OvoM Dh-4l"C SV 9000 C-ES E placeralMve lu en a ar,c Each R M 5 d Z N RveBRe lace AOA curb ampaRe oval&Re ImnL PARra-srn6ETIMPR 6xr51tt.ms a- [ i I FOz(c-Eti 6 U p p 300 ant-ADAIMPROVEMENTs rSECFKKJ 912901 MEA6UREMENTANDBASi1 FOR PAYMENn O h of ADA ramps ngtmcvmpliance w}TD s P n Ur amp'annexe ur amps,meetingPart ExTzi SErntxa 9l ENT) S—PART C xT5(1 {i1F BCl t8requiremenq romPlete in la¢ sF RW aclud eNew Manhole Rinng&Cover Azs umbly, waEM is Dv B Replace ADA wrb ramp:Removal& g S mpllance w(TDLR SF ]]0 CFS hblil ht Adjustment Rings,stainlers steel Inflow Each �CPe0,6}g�_A N 37 a tm3slo-E M) nlbttor and w)Unuere CDl(ar,w'Opie'e in 021NYlG tp STR 952 k' 19061A;19062A; MO'!Y IHQIECf i90Fi3A 11 ll---11,-11 1-� -='n- ..................... �71 T-S-1 01 "a TYPICAL 6"CURB&GUTTER DETAIL 4"CURB&GUTTER DETAIL 6"REVERSE CURB&GUTTER DETAIL TYPEA'HEADER CURB DETAIL A _uu . ..... . PLAN SECTION A-A ...._ .... CAP SEAL DETAIL CAP SEAL DETAIL .. . ..... ��1111/114,�...... NEW CONIC.TO NEW CONC. NEW CONC.TO EXIST.CONC. S'VALLEY GUTTER DETAIL .......... PE'B'HFADER CURB DETAIL �M .......... PLAN 0 CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK SIDEWALK DRAIN w NOT M S-lAll F', T 'Till. N I w 7 0 iL 17 IH NEW TO EXISTING S TR 952 SURFACE&SIDEWALK SLOPE BEHIND CURB SIDEWALK TIE-IN DETAIL SECTION B-S T.-11 GroNSULTNIT'S SNFEI No. SUMMARY OF CONCRETE DRVEWAYS CGNCRETEPAI EVENT ASPNALTPA[/EAIENT �, W/THB'CUBB /Y'TN6"G&GMDT, DRIVEWAY DRIVEWAY C—N )W DIME(F17N'C'DIMENSION'S' DIME(�IOyN'B' 'A' (CONCRETE) (CONCRETE) Il e¢P}E OF i(Asa (1y) (RRrvATE7(BY) on�wA+wore. rw�x,°wr unx E iD oxrvswxr w u ins nuN ie ''d�}AIw�„�� aiHxBx.� 9r.iw, res a wxsaa"s csxowx° m smwsmx aaur{rrz.1 < C A ss[s*o.sloswux oD*aiv m w "c 1F L vxov[xn twT I' � eoucasTE sl°ennco e v ux p F z°,xL C:D e.c u rnuY xws ax .wrx iosi?IL W o U o��i�o�nEx 9 L iwn)aw ra/arx oP s F= ox c°xcssR rn+ r w T y PLAN a ORlYE7YAYW/T//r1W SIAMWAtX m CaV=VF7EPAk2.AIENT j ASPNALTPAV"ENT o 7V/T/!6„CYRB I !YTls5D6"CAG WO W4 aux/Dom.stns Ls Wo U ¢ (wnxowu ox axawxcs{ $$F' 5 ' a,mcE Y & �vRovcxry xs m C` x cwcxnc Dors cexrnnrs sxuL es cuss n nuo wvs+ LL a f 1 _ oRr2wAr Norzs _ Kcxwcs cox wuxwnY xxsu wm x oxrcsnays sxau xOT IM aon xaw We Nx TME oarctwvn�ov AT� vocu L. .1 coxca[Tc voswuxavzrsAslwxw vu xc w iY 0 6� -.-. uwwuu sxmwsss w s ucxcs. a Ns aex swat a ewaD w,w e s ,.A <c nxo AomnmuL oucoNx a s swxsmx m xu sxw eE oD sly ssow000 nvaxaox aaw° - �`_._�_�, - _ auo oowsls sxw.ec cxusm iz wcxss Loxc.IF, d< p O ax.mocco.x 1 xr ITrP.l .au use b u 8;!S op swu xm sxTsxo Txxwcx txE Exvu�ox.rowt.eut sne nvrcuix srov s e,ccl¢s cLspx or Exvurs ox goer s'curre 'I -., -� e x oOtE Exvu�sou mxT swat es usso F v rtEe m wosx.ix[sxvarsxai.°icxwisiwL y�j ex�sxouau TIE otcor wuxnnr m ms uv or axe. C Z r EII.a<oErs, CO>xaEc,s eE axr Nc a ¢3 III -uc ov sa _ xr osiu iroLA)�vww�rsnvn o omslapmcmrcrcEuro°YUi xaaaas srs tG O } {sss xw.x�_C. I `�.ou .cau i.w z T x ,o.(�wmAx t wR s..e�Nn s.nH orraL) •� ssx mx+.cv�c L N.msa 12 11=11 srox.rsusOc�mi s°iinxxroirs.cnlTEcn"cnwu. o s PLAN a sxrct ar 37 OR/YEWAYW1T1lOETACHEO$/GIE�Y,4L/Y SPECIAL NOTE, x°r m sCvu. THEEXACT tt OF DRIVEWAY TO BE RMRMINEO BY g STR 952 THE ENGINEER,BABEo ON E%IST.CONOIICn 1BDBYA;E—A; CTY—EC,119063& SIM k�M -4 'LT SECTION &R1WcWArWT1fT1WSZMcWW1r VhrR CURR AEMA u U, SECTION CONC.ORIMEWA Y A? APRIMEM4 rMIZVOWrAM-60 SILF—MWIr ASMIAL TPAWMENr rlEIVACMIL PR J PA.- PLAN SECTION --- 0Xlk-'W.4Jl0&77XrX -7-ST 1-9-5 2- STANDARD DRIVEWAY DIMENSION e2 &o-, A,- -E 1z.=,—=�-'T I LEGEND(DRIVE TYPE) u .NA u �—Z=-1. 41 192 "'d (A Z Ro z t; SKIT 8 37 STR 952 a M—61A 'j2QQjL C0HfiVLTANYS 511EEt No. nix /4 _ nix /w' pa vEsw x,x a,x o. 6 cu 3�1,5 ��E0� °R anart0 Ewu °P � lPSE wF rErA�1 p �AApll p! p 88006 �/� encifa sfa' ppl FR�GIS 4 40 T �4„ pm[u Tewi°nsu._ a.n`Fq LONGITUDINAL OR TRANSVERSE TYPICAL 6"CURB DETAIL s SAWED LONGITUDINAL JOINT CONSTRUCTION JOINT a .- xm WC's VU a:x vxxirs-uex.wT cuss a soon,°°w mrexlxc � cuss s sw,wr ocw<oxxixc " I >nvcuuu*aF>ux sF:.vw+s eso sF scir FEv[uxe .' eso u sEu'Ftv ew � � I— 4 sccoxc aaxr scni on s�a°xE mx*sol.°x t/� 'g cwT mwmso caws - necwa2e e°uu rxlsx¢o uawu.T rvnvsuun ? ti U sx°oTx 0 a•aws o z.-o.c. a °�,a sFEx } E °2_ v I r mm °R"w""`� � ,xc.«axxEss oT cxlTTlxc,.ckcx,uaTcwa�. � a CONCRETE TO ASPHALT TRANSVERSE SAWED y PAVEMENT SECTION TIE-INDETAIL CONTRACTION JOINT EXPANSION JOINT § xm Ta scxE JOINT SEALANT COMPOUND .T 1. Twri � Sao a a� "F Q o� VQ wEco°xcxoEo cwwox�rvTµ°Ixs4wxw , wx axoccnE:, z o m 00 ,Mc,xa.w»cx w°�Eo,.—E s7_ISTR9.52 s.;9A _ ,_ aavE° aw — —nnrm Sutivd]'6 SWEEt N0. Mx PBp„pI NEw RNc.Eo P Np Si NCEsS-- ."BOAT OPENING: SEE PUNS N SPECS PCa PRowoE REI —,B O s,AN 5S THRo i CPENNC. 11F,A sve I srEEE(ss)ixPmw inHierzoR asowREp mLET s,EE:(ss}iNaow iB",NOR acouiRm auMErca MANHOLE REQUIREMENTS I a,poo c B B—) HOPE PNcs POP rvcaETE coccaB(PRowoE xpPE RNoS roft -coNC BnPs) .H.1 ^L ocu PeE 6AMETER MaHHocE paMEfEft AwpsTMENTs( r1 I PucE I Rm,,R G d< �Rs> :�o� Stip� 9sIM1 RceMEnr A X+ aoa (R-Mnq PCACE� P aT vo �� , ���� \ ISI I A C 1 I I_I I J sE o APPROVED COATINGS TABLE - �1 qE�� �• ”, �i U�(;"° Ilas.!o lirx� FlNaE aTcu To �`✓,a�5�,- PftovEo ens . yN`a'� , RREE BE T" Mzr" a PMSFFIFT,��NEF NE r Ew °i R aE,z N RIP EASES E.EL Y SPS. 5 E ` J 4WD(i551c1fl TN �\ CEMENTsI R "ltt nY H aAsfj7^ -� a� S 0 �! E' RragLE, Au.coNCPErE SMPr'a w°rvc eta eo"pm JO \ FITIN. aiEs� I `� BE spa zG % j T. Ps MN®za nN v sE �N m m� ,z E Mnr T�� V "Ail rvEsS OP"xMMM,p iMMMM,:THEnNSS) �P i ���I ma wad N. 3� p E Rr F:IAUL o"eP E'IT—NN. YRT. (AE m GmEOa a4`T—T 11.T21 ( E qI:rc('T—IRW6 l I _ v, , I.- r L C t7S. (BE— ca"mcr r 7t 79 a l.A -- -- _esx as Mp pmeE -- M°M MpG.EL ASTM pia — p MM . U FIBERGLASS MANHOLE CONCRETE op*zI R�wA3c-2 MANHOLE m2 BIT,c fi Ciut x w BIT ro sEaEE PITBE 11 U v�sHaP "A coNc.cocoa N F°ocaEHo NG O c ED I'T E�o uaN"om ,.ui fwENca°�M'o }" t BE uRcssT pwMETm PiP oa PP nE) atm NI�4 Ecoor PAPE s(ia Ax) U o PRE co MaNHoai[(TMTJ a� M,N. Pno 0/2'RepNS F-T T{,pg N Mi E FlNISH GRA°E N iA(iPSMHn OR PIPECONx 0R5 / 6 EENCREN FROTEEnory LL m WASTEWATER MANHOLE BOTTOM INSE °TEE) ° —M""° —CITTIMETE TR 11IE'Rz°`wP z (BOTTOM) PIPE SEAL DETAIL o �o. oT ro AE «BEND ro o S MANHOLE PROTECTION IN UNPAVED AREAS o a mRCc GENERAL WASTEWATER CONSTRUCTION NOTES: (CULTIVATED/SPECIAL) a MMP NOT To o r .NSTR>NT T',r . ppI p.MFNE THE EOMPSE OP E p GA G o°Ea g. mr PoN c PmE RE INTIF ENO.s mPi zEp B—IS PER C .:G r.0 NAPTER 217 o ES °z_ aENO 4. pE,nceHEcM °).Ro ANp MUST ap"mE To THE 7-1 OIS rom M4 P1 Rco",°R`E`o°Fl pcsEHcp ro H„H-1 s o s. aE Goa o ,IRINRE U-1 Al n I-r o w:N aP°)Rp�Eo sEHiEEA. (PreoR°oe a`eeAn ErE _ p NI IF sEMµxE�Es�11 of mNITIIEN Moi RE PREO.\i° ROMrvO RAs)—(NI FT Mini w TER sioP,.SSE,n"E.. coNGPE�E eCEva '—REE .l APP "N Fc. cE(aaocmuP E MusE BE suRe6�pro TxE ErvmNEEreino sEmncEs"o g 5 10 of 37_ z. NSM 'IN DRECTGN MANHOLE PROTECTION IN UNPAVED AREAS STR952 FORCE MAIN DISCHARGE MANHOLE DETAIL w e. "I"Ill REIFIREMEN Fl1 �s ep ioM Np pmo"MM o pE EAGroR iNsi cEEG. (RESIDENTIAL) -O52 - NOT To SCALE NOT TM—F cm PRwrGT�a�ra� sa(ra s saE ra I'D B,rsExngy?5[nx I,rx sr xr anti a E uoi[s ILL CONS TL a((1 u .iacnr�Oxs.oiEErrr manic nns PosrawnsnPEa rnE nPPaovEanraarErcn +g�PlE OF I(�, Y(RRd inni(rioR(nrvo LOPE was ueui aixcs aEa�'r aarvroftecuErer a-da s)eE 'ry a/ OEM.—ALL ODLE—E fts/sEoc aoucxEn LIE ErvnaE *R1IXN OfAfl9J0. Maunoic.wsrnwnaµN + '='L .E ano ocra�s A'.. saooe ,r nvEfti AND cIrax?nE nrEam wrn a nice PnEssuaE warEa (''�''I r oTO ncaErE 111 coxraAT AN acroa snucnIEoao S-Pnu FaEaiN �wnsi�msrrosY o q 0 [ro rzscE s. EsrwrE `E gdEG(61E0.Ebi/. 1 11 11111T 11 11 Ill TO Ill INEFS FOR APP—AL kkt�au�t�M� R.It �... IT'APTA D1111 1111 SMILE 11L IT 11 Ell IS R� DE&ro rr VENLl an'ENTLI na"<P`aE IL S SIT 11EEVEx�"nro �oE,Ei MnaE "u o sr aftouxft Exs,"nEu wm uco arva " no — e s �=s�aE aLM�;� w (E r"ft? AD >>�. Mnasa r � o� 1.FB rea« n; a a wsrftEa"ee F " �� \ 1, —INEa ox�(M..P oa.i o w nRon wnu � wz��v SEE IS,DEAT 0-11 SEA,DASBE, s oa ISEBO PIPE—es wnreft sror rsscueEr _ Expme BENCI r ft o t« ro MaH%wEe neovc I.E.eaMErEft� E na .,, raoMOE rPE IT cur cxsrnc REVS cI.EEorn .. �� ar ar M.nno�c - vi z AS aaccrco w a v ISAAER.11. � ET '\i ... `3 s Mn: a aE Msaan ROSS.co(o. as a x dMaoz ARD)oa EERnoo OR APPaovEa23 v o; L. o ana5 mm arMn�Ea STEEL o anaa iE'Ras n ftaraaEa FINE BE. o ED a ( N rPBi =aEanRED 'In.TO IwPILLP.� FRP w INSERT REHABILITATION OF EXISTING MANHOLE FRP INSERT PIPE SEAL DETAIL norm wE rvai is sOPLE U 0 rta EErrEainc 0)ww v[ni xoit (z7 i rIr cwsEo PwftxoEEs �ninE EacE of awa gnaw r oEE a ry ,� aHOUREDT oSU.EE'nussuch(i'')T"'EnnEaaoas LL _,n a a N/e sr Q—RIS TO3i SO`uResr c�'c pE ovccreo�un`e�n°oi"EPAcoP A FLET eni uun Z woa °ft _ os�(urwESI ie�oe�J Pana oPOLIREE (TO BE MN.R S DR s (nao.aaos LBS)AND w11 TLE susr BE irvT IssPEcreo.Pft 2 `\\ HE ANDUTE =L BE —ASTSIDS z C�OaVER PLAN VIEW PROM REEPOEEo MATERIALS.ELE Oonras?oa snnEE PaawaE aERRFS-- / \ iaftER to MODEL NUMBER' ANFLON STBRETO. 1/1 U.nEPOPaEnE LIENIIPG PER P E-11M. cnsa[r �/i t 2 us.rounoiz+ V-k Sz 2AEE—IDUS— W a a - asreorcnrons 30 O n 5 TO.(z) a-E dsziao+e -daoz ar oa o Eau (MFOE m asaIN—PLANS.ALL R S SHEET 11 N E7 (x) nno nor iNTPDSEP ron MANIS1 Enray. s",E�sE z+awMErea aEccao aumrvc rm. SECTION OF RING&COVER RING&COVER APPROVED LIST s lsia;gs 2 uor io scuE � qTY PMAIEC!'119a63A AP ROVED ARY� M) I"EIT 51MII:TISOTAP EEPPO"CEOP 1-11P IIIA 111E,-P�111P '0 1 V..I"T"s,- !l. -II 11R.-VE (O-v's 0, RW��—PER P—T.1" PPE 0 _E EEL Egi LL 1-1 Al 1,P111— OT.O —PU A— AU Ell—ASS—TED III� 1-1— 10 I—PLI E—L E-P.EE OTE. 7B u 1111111N UII.._, PE P111- 'A T"" T-1 11.Ilt R I.. .J IEP——1P- 11' P—OTE ——I'_1 FRONTVIEW SIDEVIEW 1.1.1 E— �T IM PO-1 11ATIl L EL� 12'—E 0-0— S OSTPUM,PVll O—M MllAOT TPP 1'11--T, 0.— BOLLARD DETAIL DEEP CUT SERVICE CONNECTION AIR RELEASE VALVE AND MANHOLE IPTI—M 111IMPE I�M IT P" ..T 1. T. P- ..I ..E i MAI SERVICE CONNECTION NOTES: iiE- TI=lrllTlllll.1EOPTTl�l T".E.%Il.PNI .P_T E_ I E._ It _ P 1�%TUSTEMM PIPE MO DE IELI WI 11 PEO I-I/��PIP TIPPPOEO ILLI. U--- 'V21"E.AT'T.L'` A V 1. E 11 MD/OR —11 Al K-0 —E I All—-- FLNMCI-IPNO SEWCE,—NO IE OR TEE '0 OP ONM_0 O7T 11 PIPE SEPPOE—,P PEEPTE.T..I., EE =l'l'—=D' 0—. TO TPE P OP PPOV A 22, U- E 1. —��M Mo SIZE 1. IN'MIES PLAN )T T.—1 POT TO S-E APPMEE) PP—E E P-E 1.10 1. I.EE D E....EV IAIPIIA(TT�11GIPIP/MEIIIAR 'R TEE _E OR —1. E SECTION A-A SECTION B-B SHEIr 12 37 POLI PP.T.OTOE I..l7E4—"EPP"` Im T, TV SERVICE CONNECTION DETAILS STANDARD SERVICE MARKER TYPICAL CAST IRON CLEAN-OUT BOOT .,T T T.POVE —- PE PE-K.——PET.1 NOT TO—1 I- "Tm"""",&IS TOIE,1111 BB1.11 BE T., .1 IR C F I B, BUC R I, ,R,CD"Cl,"R IF OR CC.CR—R1,.R 11 .1.TUIC—D. I I.ISTE SPRS,BILL, .......... B F—lB U,ENREI.s S=B B (i 1111 F�l 11 T-m—OF ER"NO C.Bc,- -BT F_U T IT B R.,=1 TRIOIL SEE TPRLE 2-ITER I —.IN BIOCEB.11,OF—T P.M.., C11.1 C, RN1 CUR,N "C' EDIIROR 1,,ITC FURNI., E_ 4'TO 10"CASING DETAIL B—I.1B—. I,NP N. ZTEPER, I`-T—111-1 C.—F 1-I)IN C., 1111 111 TlEPNESS OF TIE PRIE 81——TIE F.TO S—E TISCIPIRE.1 IFE .1—PRIE T I, Tj FORTIR I RTEI .1 'NOTE I NU DO NOT DRIFT IFERED STEEL OR CAST R,,NER SIR_ F I FORTEB IF OF, T 11 ,.LT. TIED DINNER, R.NOIC 1—\ I-ITEN I PLRIT�11111,�_�l P', 1,1N1,Tl111N, T I C� .R OR"� r C, ,LIN B, I PC I B I I, OF, 7, U DO 6 o :�z u 12— DETAIL 'I.,E—CUICRT—,N, 1 1.TBIEC,BUT D..�1.11 INC NUT TO I— OF CRE11111 IFALL F.RRIT B, ,I" U. PSTFBI1 .1 ILI I IIPBBIT.1�1�111,1,1�1,TFITITO All=�ROONIT AND I'T TON FP NUEl N"AFCA EBBIND I.-CER CESUNNDI IRL ANPK,.,�IA�l FTNTIl—II—CRENTRELDI, N, I IN PUBB—SPINTFICIFF1 11 SEE ROPF I RN, —UP,NEST BE 1111 1.1 2' BCRBEC——CRANIFUR I-- ,IF.IN OC', TRENCH BACKFILL FOR WASTEWATER LINES SIDE OF 1-T CASING DETAIL AND PAVEMENT REPAIR FOR UTILITIES .I TO B.1 TO SCUTE GENERAL NOTES FOR BACKFILL BEDDING AN�BACKFIL TABLE 2 fEELOW PIPE TO 12"ABOVE PIPE) (GREATER THAN 12"ABOVE PIPE UNPAVED AREAS PAVED AREAS A,—11,All"Iff I PILL I—L lalr��LEUFRUNI OR 1B.. IRE TO A.FIRN 12-ABUSE PIPE OU TV PLEOR 'BEER P.D.C.ECOROr I IF DIFFOO OF IIIIIIINI 11 ITTER 1AT11L I 1 11 BY DFUNIL,11 RHPL-BE A��"OL—SEL`2CL` s—.141=1.1,S` BE IN PREDUEED BIT BE IT.:%I O—El IRAITER--1.EFT. CASING NOTES: I ALL TO.1 FREE OF IBIOB —11 I—L BEEF THE FULLOOR., Ow.OR my OLEMPS GR- 1.OODI I PETER,LESENTI.WEADON,AND T-1—INALL BE PER PIIIEFT (D= Lj ,,M,B NI, M&�,USE 1-NAL I'ME I.'DEOPN." FO CLU11I 1 2� s O"E. REO-MBUND NE—RINENENTS OF ISTIR 1-7 FOR COMO`M'MToFS STE PROCTOR 2.�CORRIED PIPES IN =`MD-Z1N'G`D"SXB8E SUPPORTED D1 1-11 IFFE Sm, ORCID SPOCERS IDNANCED PRODUCTS OR APPI—EIDIQ� I TO S. 3.FIE FORROPPORCR=PIDURNE Ip 11 OR.P. —I . ICR ON,'BRA,D,,,UB I'll I RUDE "I — -BE`I. OR 11 SELECT PAT—PRIM—01 MELT.CBRIEB PIPES,II—I R9,.NTS OB I=FCLI:I — I.ON ""TO"I'BE 4�CAUSID1—'M II&L BE SIZED TO SECUI—FFBT1I"��E�`RT=�P=oi`NN NO B`E"��QTUIILBENTS.TFOR USE CEIENT PERESHED III A MINIMUI RUINER I—T I IN—BUN -PULDNED—1 CO N 'EN%NEN`CF`TFE`�Z%1RRR ERI'�'L..Z'"E"RIM 111 11 1 A, P. = I E P B* E S:NG 1/ "B" I EB1IL.T1 IN �1UPPORTER THROUG—T ITS FUNCTL NO 1. R BELOR DBUTER BE To UP I - —4". (�)!NNp"U, ,I ID.ILIU�IN 11MI AT EFOR END SNA--INT BE—IF1=C2 �,DB FPIEFE�I�C. OF.FOR NI ED—C,I——E IT LEE IN'E TO B, T III 11 BEEN"'IAT ON"'W TV.I OF I. VE DIED NACk—SPAU,BE OVIEBT—LIQM THE=IDpS`ZP.S`-"C".I.Al I'ATERS STUALL BE I STO,OR CRUBIED BERVEL —I,ERNBU.1.1, 'TFE 0 5.TUE Br EIRSTa.IFE NPING I PE SIBI BE SERIED TBFTEIIGIT III m AURANOCT TNIDKEERO SCRNSCRI�...�,D PC 0., K/Cy) RED IT,In INC.IRCE-RE-111101,111 IOCC-I END OR M Y,BCR�RETI UUMBE PROCROCAUP OBOT IT.R1: RAUE 11.1. PE1101111� OR AND—BEEF T.,—LORPID I' APPRORRIC ClUlL UU-IETROD-TOP SOL RENARERMEINC I—E.TO ME < U—RN I UPPEFER 1—NE PER I.D.ITED 42V INRINE 2.1.11 F 2 141 21-11 BB-'o CON11,TO 45%01"1 POSTUDII TO BUtu Ff BE BUL—E.I. —BoI,—.— TO('/—)OF OPTC..., TR 952 E, .,I.—2A, CorviuLinnii SHEE No oNiWE w curr[x MtiCI R — p y a I I � wC.nvPox • aws o,ac d— BARI S ,.�„ I n� xc o r«os (rral a loanwp(,wcn of 9, dF...� cum � \\ // \ r s,rxox,aucEo nJ,xo rxPorr w X e a,mwiE N p'm a 8 � g z a x x �� x aaoae 11 o..pEr ' CA�CE°of � e ina°nr ouE,v nes 5wut w4£A _ IID R ISICO •vowew Jeucrx or rc+rn s,w, '` ?Y I F a��. � r i / I Veorvni.,�N- - _ _ - xxw,eo eoaa weer � � w rnax rox Laws-z Reo nR.sue sra ui w,Rw wa�.�o.an.E� JJcow.e Cowo.wwxox s ew;eoProxul .mR,J rrre.J A i a aws,m,fJro<, t�w,,,.'r<�wml x.Rs a,Js t a,Rs ro R,ws E R,.es - r gvs•-s- .�-r zr,-6• Z:c°"ow,EAs xso•o,- PLANOFS'STANOAROINLET c�'�'- zis'_a' PL.ONOFPOST/N1ET sxrur.>bre- «or ro sa,e vo w•-o- v r SR- >ro-:- veo�ee uo[paeursa n.fnoo srnaanr[°mrcn 1 w e on.e z-n.wv .vws avr ra-as,xcncs "Isr uwxal ai«c t:cmc ^�w U b rvarsx srzvdx°°[rar s,+fcJ 3 cF 1 Re2'k ry srawu .. cA o'Se�[�n�z+')w f�`e,z o.u[.w.a xio aeBx sows U�O o anc reou samr r2 mx,o o cox`«ccn Wow cox _ PLAN VIEW GRATE BLOCK un n �5 SECT/ONB� xo.�Rrsew nr cexc.cures s cumx ���- xoi r°scue � E rua }+ U ,vz oa srw. cu �,Ew� PICKSLOT OETAIL ELI-- �,i oe:JowJ.i - �:°-o-�R""` f F—�zssr,•R,� s oo«C.�°Ire+ — +�.� W SECT/ONAv460 w sJaCauc�ucs 1J10-0 7 q GRATE SECTION RING SECTION PLANOFSTANOARO ORA TE IM,T e e fuv.s Ja. rwxs�rrox oR s rxwsRc° i.- v r rc'so°`+wn`ruo. rs o� �e,n, ss�mm'�•o.P C/TY RIV,7&R0 V"CANO 10AELX �1m,uiacr a.scc r,,°fw` 7HANXOLERING&CO[�ERCAST�XGDETA/LS p `� R,s Q � —`C°F 1 w0 c D N R xD1Ec_ >[muf2w of mur xm'ss T6 O a ere°r evritR xtlwmt edJsiurt _ r s. x ixu[i0 ann2wx,rawu,nx°wucxsrows,fret£rwou ePaews.5w°xe�xcss uro .umr(°rrm�.wJ) b 0 � ttMe vP JO 5 G'REwFNC[AJ Mttl sf[tK°oe GreFAKo oi.nc[uExi°i mx°. iNO'S��rt ire� auf 6°rx wK wa< �ry�7 14 37 FLOWLINE TiC4NSITIONATINLETFOR r ^R N0 4^OR B"STO.C4RBANO OM ER SECTIONC-C j STft 952 x°J J°swf e. w,mxuu wscx,s m ex�s„e°e,srwas.„z avow-so wouws.,a mus-us xow,os. xoi io an,e € iRDeiµisoszn; � nrr aRJucn l3"^'=n .1 PI-11=1 I r .......... L 5 7, z u t�s N D-T L -NQ-TL- cL PLAN PLAN PLAN rrpz��W"XWIVJVM—� rype WIAMNAFMIC rilpW VAf"1147z—� Trdw Vlff%VIIVU� U:5 F— .1.W PLAN VIEW PICKSLOT DETAIL > z COVER SECTION FRAME SECTION t,7 Z:w CfTYS7.'4,V,PARPROA,PWA.rAfA)V&49L-F SECTION SECTION SEC TION R51,09 A COMR CAS71AFA7.VWFTAfL rMW VAMAIYOLAF TYPEV'AWMAIVVAC TYPhr V,VAA'ffV,(E Z W1.1 mvm, -IT 1: 1 111 ILI. "I lllllzlZl=Al. ff T'n'.1- 37 SHEU_15 — I.. nl T. Tr STR 952 ='I N'J T'— U 0. ----- PLAN &"T, caRs ImEr rHRo4rFA7zvs1avpLAv 7 X� u A-F-Ei I. ,r RZ-VOWAVO Rz-p"Cz�rap AMP.PIP--7 rO EX1971AW &lr"1sr1vGcllfffffvLErffl&r41L R.CAVXCOMV-SCrIOV,9,FrA1L J C, SECTION SEC710MA-A AMIMAIL ZMS7YA'dFR,r-PIP-EPWO C6IMCRFTffCOLLARVeTA1L aEAMRAL MMESA AR A4CAAILL (AFIOW PIPF TD 12'� �jk, UNPAVEDAME4S PAVEVAREAS t z —DR ILI �j, tq,, -1-2 Url W—Illff M, A, M. 0 Mk- 0 cl p� SHff�16 STR T"MCWBACAAILL 3521 rR"VIN"CIM"AMRSMRAfffAMRAPIR-�s FOR SrORM WA YZ W A Z r-NOX CM VER7Y lit j\ \{,{///�` � �.. _ \ • I TYPF, ni3F 4 nt'E F tt�E IDI U -.o.n PLHPENDI(.ULAR CURB RAMP DIAGONAL CO MAINA7InN ClJOR RAMP 0AG1',Al CU,(elf?41/P CURB DAMP MfD-BLOCK PLACEMENT ��O U C,ER 1114 FND`CUL TO H'. ;Ahl / - H,-�UPB (RETURNED GI/RBi FCkPtND/C.LA /iNP� fLi/JfJS f1.bD�Uh1A1+4ED.N CRO,.vkrF�Y {1} -- ! 1 ^n -1 ) x cz ^41 ., F = 0.. a� . ✓ ,PMs, ,2,,., nPF z n..o PAR FL O'UR8 RAMP Wl� rme s nl PER true It _�- tDEh/AI_K AL'JAC£P17 TO CURB COMStA+A7?ON G'U�i73 RAV, ORP RAMP WITHIN RADIUS CURB PA✓1PS A7 MEU(A.N 7S111NU C� 4 c (U.-C ONLY WILPE WATER V1,1L NOF POND IN THE LANCING) (SIDE/I-i K ADJACENT PO CU?H) N t- z E j Z m rn;nNc r �� zz c o .R_. T.FF 3 TIFF E I��9 J i'.✓ ALLEL �U,ti t„t-,r Jtt,(,I:'J/. K, .!r ✓✓Il rf'i'Y' ,�„4�/'JS ,_'_1 PA.4 A)LGL_!;(/l'�6 R/+11.1P F(t��-( ,1'9r�fit 1/r r.-1(V r'SLf l./ Ct Fl4iN(; .'S'tDEY�etK SEP PACK",0.-18) SHE[/ 17�, 37 STR�N k I i .'t' 1- 33�6�Il �HE _AW ,,. SAI, T 01L 5r1111_- R 5 ` I. r .c£ E£ _s F CE Y'^ :uwm.V R .c-'Fl+,o.n r_..,,. -L,r Ate+ .—ar H£I'll r.H 1. +sSn n t h.vC»J ..m£x.ntx5 yF'+ (--11S h. E,AH ,PFO CYTS 5 rYPF!SI '.G !E-'2.. - Ln Tb t Ck56F _.?.RER / .2E Cf IIIE .. �r IN l h,>F i'JN f1!/FRE I IGM IU2N & ISLAND „+s o�c o w<Fewnr `� FT COMBINATION ISLAND RAMPS ('U rt r,At Nf£FL �]r CTI t vYV2 JIJ LAZA t J{IItS � � ti +. Y3 EILSTS-ST-1 1 -tcubxE, AITc a `+D£ .. A . N nCCE55BLE RGA"fE "£ EX!I ITE111011/11 11 TIE III T£0 nOMES ]- - F (E 2 ACRp T N1 _LLS 2 Ju T F ] S SLE.t0 ?< FO E Da/t6LITT/ ER c F _ .w eiG III SJC t L G T 1 /I./ £ ypf� Ay t t ,,.f]+OSS] 1 50 1 TTTTI'1111 0 E C 0-- III 1111 IF—IL-101 IF !yfi v`� i sr7t�q�n�r nN +ea T£t r s p IVE 1-1 £T . Ft OER._ 02oP FO OF DE2 E LIE S - N a�•. .,Ll f/S /A D G In 0 Ib{trz TI I,PSTrN+TGJ +O Fi1E�+REET -ITT FN Fc RS ttF STHCET.£ varz revue -s xv v Rro _ _ F LIETLITALLE Z £YFE i4 3 HGE -1 'D£5 RETIS£E £ £E R Rrn Y F G£OCEG£A EA t C C B £5 ON S- 11 CE 0 ED 0A EO Ax. S'HF11 11 LOSSILO G hLL t PERPENDICULAR CURB RAMPS fB—DIRECTIONALsAtx ncr awsmt eE£'R Vv0 tD t'.J NOhIE.eAEtr SELLA,—Ta LIE arAIt_CT F c " 1,- Ql(SOEWILK SET 64K fL?S1I CURB) LN i RAFrP,£r£rn s11t m£ AIA6EbF>UF.GC£11 FLAla 2D_vl£tSGA1tFG¢Y - ---- OfSiftuCtEG,O TRI'E__11 1E 11 55"-111--11 A K 5.fS 1GE HAttfS.{ a CJ Cl X w cu^a r+�,,.s `s Sh'EEI 18 0;37 l-IFADEK CURBS AT CU RR RAI4 S TR 952 ._n++ esoss i I :'1194G3A_ r 9 `"� +_c- i- Sin C 7t ill yy 7L A8 H S—11 f O NTD r_.fa13 rR�„GiE�J ZCVL Q) hw. cr N r �2�It s�yt�x � FAR 6ROU yJ SPACE CFIVTERED Al PEDESTRIAN PUSH GUfFON � r N W � curz2 r �Iawi.;c�u.r.surn[r.r. ' 7 Jl Q acv � a S & � V VE;c r FOR � w ?r,4r < w z _IANC E<A J” ar"c d «o L PIAN `IPfI 19 r 37 L P_,C 4 OF STRFEI FIR URES ((lFEI4S NQT Jf 4'CLE 1 C FUND ` WiC SIDEAALr: MIMIMUN 4 4'CLE R X01/NA SPACE g wxH SIDFAAI K TREATMENT AT DRIVEAA`rS -arrcca nr aue�rc use frxruXec) ST�.�. R — am amixcr r u,� ,o r, p x PARA_LEL_CURB_RAMF` rc ti 'v r� �:' _M OF DF TE lAdl E WARMING P RPF NDICUTAR CURS RA\4P V) m r L P_.cf is�r URF,-CE Oi� LANDmlC 1l STREET EDGE TY=IICA P;AuEMENI G,_.DLI,Cl ALLE ` bAPR9NG S[jR=ACF ON S' ()PING 3AMP RUN CD U s F >- V) X v H— I cr U - = — e Y c rax os*nrt - crre 1 M1 A coccrne.[ � N Z TYPICAL SECTION T,-iROUGP: CURB RAMP �zo o o DIRECTIONAL- CURB RAMP ° —� � _- 0 IYPICA- P"ICEMCNF OF C FEC'IABLE tNARPING SURFACE ON SLG'ING RAN'P RUN , ��' ��- d AT A RADIUS `=r 8 i -v z .... i,.i.�ro xwcs e.z rSYiFEI 20 u 37 CURB RAMP PROF._E i o�an ii _MAr, rxaxcr tea BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: hc6a,ncoX, a lli.and C—t—f!"S—IL'I"-,. 11: Th fr t.snow p—HNIT,I, "Fill, IF -STAY AL III d iI Th—sheets 4 AS,FC ERT ,h— n th, I....M-L.1 on un form TlIff.I contraI [T T.I T 2. ThI dl? AI I—A J9�If 11,TlIffil C-1.1 P ITCPIII HIMFIC zE _A_I IT 11111EoT propose3. iM1e Confrocior mo F1.111 I,—TCP thUt.1.IiH fC-i-Fl-17HIPI I., I I...1. TI Engineer may evediOO. ire- w sign antl seal _"_I,H'I __R, I NX GA. 4. Th,Contract ll 11 K III Inst I I I I Ig0 It 111;1,1 tlA Iruff; I dg }ani vices as mown ffl.FIT— Th. PM,F-t—,1 a of in or u opprox 4 a. -;GO IF I-�'T I—C.—LIC,-It IhI .11, LTALK OR TEXT LATER III IF—d9I Flit�!I FIltli- I HATT—I A-I-"I A—li I_h AS.—i?,iIf"",N gh IlfiF;.Il AASH;" C) C) TETT - uw Mu A'I—Y—ClITI—I;,If -I the 'ETT IP .�. Design ManuaCDC) C) !J� 12 -2 816 A. Wyk 6. C) (D C) the En9;Ullt My Mlif III END 1.11 WORK. TRAFFIC ".I I'.;SIR"'t' FINES I ....... ing signs1,—signing UA I—At, I,thA pFh Y.It pl.illf i.—P-10 fillf, th,Clltllltll lhII�11—ILI C)a•w C) C) V) Ch IIAAA 1—— 11,Ill— AUJ ussw«r �_,: ." anger IY A.11 1EI,T,MILES A A— betaCc La I, A, 1. ThI EY,,7-Al mayMR 1 1 RU 11.TNI;YP�i,I If _CF, ", "IR. .,I I W."permit ALI traffic"LIFIS j..tif,I'M E. All RIOT,Ah—MI ith the L f.uUO in Th. ti --l—Highway li,,F_'ll Ill I..1,' lotesl Ad! on 11 _8 -1,I—h,lFiA I An.''I.AL.SU i h TH,P_.I, AII I p.iO..dltl;I I.IUN C-11-1 ElfIll TH,1191 1,—IfIlf-Id. 0 z SIGN DETAIL (G20-10T) IS 9-'o s TO. t'I -f" I , E IS,IhK_-I I.—P Ps AA th.I, I,will I FA1.1AU I.tFW—It ,pp,,p,i,t,t"ff;, CA 11. 11 P11 IC(2) tlI OBEY WARRING SIGNS STATE LAW s I" STAY 'T TALK IS TEX,LATER ..A �M,Detail III I.C-ICTI-I IIIN'INE TRAFFIC FINES C.C.1 L THI F—liA.lN s;IY,With PiI11 W," t7 I, IFU'A. H..FA, + Only pre-qualified Produc s hall De Zone Q� the TRAFFIC FINES EORRILC C tX I-iWnO, Tllffll CUU-1 Devices L. TGDI plA_C;fT.dYu— A I -,I Th IF A 1 -11 rely If 1�011 operationk, I.Fh.1 IflipiI,11 ROSM,� I A,� I 1.maybe I-L. I -.1— NIG OdlCI Sher P.. TZIO 14 WORN signs below ROAD-OR NEYT�MILES. CONTRACTOR Id END N.A. be erected t ar near the CS,limits. T1.11 Deportment If 11, 1O1W1!lIt for N 1.IS, ll.fliI R-111 GWI;cWA A 'Traffic OFI—."Sl, IF_i-TE only M ,k- —U.''y 7P S....H CRT—TOU_ 15121 z 12. The EIgiNNY,Ill the finalTIiIN 11 the I...I;-If all traffic control F dC,iCA.. SHEET I OF 12 13, Inactive equipment U. —llhilll%. THE DCRClAAF,TS BELOW CAN BE FOUND CAI-LINE AT —It De F_ U11111ill P'iP-,A hCp:/AVVVVXAXdot.gw APIPYO—Al— PIlkId FP,y I—I.... T-Y XF.—. A —I illt — ';I. .....; ...IF....t""'I I.I....I A.I........ .1 A. Ipl.VId 6,th.EUDIIIII. COMPLIANT WORK SONE TRAFFIC CONTROL DEVICES LIST FG—COL z 0 DEPARTMENTAL MATERIAL SPECIFICATIONS I;MS7 BARRICADE AND CONSTRUCTION WORKER SAFETY APPAREL NOTES: MATERIAL PRODUCER LIST [MEL) GENERAL NOTES 0 I. Workers on II.,AF.are AXp.YHHC TO traffic ?,to t;,I equip ROADWAY DESIGN MANUAL-SEE'MANUALS(ONLINE MANUALS" AND REQUIREMENTS z DQ I "-I,IT I, I STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS(SRSOI tithh,the light-If-Ily 1h, bil;ty safety CNIM1 PNYt;, Lj IF,FiCT-GULilily APpare, eau valent r visions, o ed as ANS[t0T 2004 5 gndartl BC(I 14 cc TEXAS MANUAL ON UNIFORM TRAFFIC OOH TROL DEVICES(TWTCDI cc TRAFFIC ENGINEERING ST Considered I-high i,,ff7, WIlk 11 hh9lt TIM—k. ARDADD SHEETS Sh'EtT 21 37 nxulme'iro ST GO-DWrE suer AAMAXT AS. 1111GAI LOCATION OF ENGG1H.AD SIG NA T-INTERSECTI ON TYPICAL CONETRUCTIO1 WARNING SIGN SIZE AND SPACING- 7L, 111F SPACING CEI I%N.GCANAS JP. .A 'o U. .. .... Y�' N-1 LAII 1-1 IF 18 -A AA\��ONAL FS I 15 31. 1 U, �F IF s' 'T All LAI. ss roo CSJ LIMITS AT T-INTERSECTICN 'AE GO 9 3" PO^ T- F'q-, -Y" radH.1 GENERAL NOTES -1-Y ED Oe WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING 1.-A BEGINNING AT THE CSJ LIMITS Q2 IF "T "Y" I..,1T.P 1-4- 11 1.. PH,"L �ATA,,Y"AL111 E O « 'P , "'L-A A I'.N tVi�; IF— Y—,O HY Ul- A LEGEND 91 ei TF NOTES x HHT. SIGNING FOR VfG.BEGINNING DOWNSTREAM OF TIC CSJ LIMITS SHEET 2 OF i2 TTA�'L' rq/repo renin OL D .A A, x x K-1O z VAIr. LIDIT A": A AT,I. BARRICADE AND CONSTRUCTION PROJECT LIMIT 0 E. BC(2)—14 'Y- UP- x x gio 22 37 q STR 952 i TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS wor a speetl m s a Oe requ afory,esiob — nk cor0once w th+he-ProceOwes for Estab isn rp 5pe Zones, ¢ ! 5+I aM oeprovetl by+Me Texas Tronspprtotwn Cmm'ss on,wocby C ty Or0'ncnce nM1en x th n Incorporated f ty Lim'is. ''� 93008 ` Reduced speeds should only be posted in the vicinityy 4tr\N fre ui.> 'ti411A11 of work activity and not throughout the entire project. P2 Regulatory work Zone speed signs (R2-1) shall be removed D T. Or Covered during periods when they are not needed. d b b A' .To�av6 Fj Z` ro 4 tiE .rro A e FD woa n-.D �e L t,lT 70 ` u 60 z! I O er� �. 6 v b� u — :t§ Ev a v GUIDANCE FOR USE: to soG c � CL rn LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES tt oxw Q 5' 9a Ilti �enRew!p ars e"e1—rPnt .P pf1-1d 11„tarts e. ar eect,ane P aanerrpet�an w o Pe De �fp Ple .I+h e �PnPPr ne;errtl�ro ne sPeea!�m�r e,o,e ena!!ne p a�etl o,sPPports Pr P T,e�+n,n,n„,m o c pngllnretlrmeDiata ted s k1 IDnee6peed Llmir s 3.6reetl azo e rcr—I mn or rrwu antl ore normo y wrtea sent. a eom mre<non o+trP.e!. U Wo�rceoctnouYd mo+pP _ 9. W nr ork zom- d - sl9�xs shau!d ba DJceD�spee _ to M work a eo, rneluD 9 40 �DwGi esstar =o0e2+amt m! H JS mM t,on Detours oI road ay geomstr,cs!d�versiansl 5.FD aM bcrDer on p mite ret!ective DPP e n,ntl nea aer!e�n.ae—i�ng�wo-,n41 LI eN r r 6.fabrication,erection of ine"ADVANCE SPEED-11 110-111- V ontl i+,pixs axis, ne work zone acaeD!im�t s g s "wCRrc ZONE"c2d-SaPt o neCe5PEE0 LINIT'iP2-!tsigns sin!!not De aoitl for m sYiaulD rero�n,n o!ace. Dirac y,Dur stmt!oe cans iDereD suos�D a y to tram 502. S� Z SHORT TERM WORK ZONE SPEED LIMITS unde11E1Mnor be oi!owee,u!ass as > p iu'nin9 Di eMVIrvG CflFCOVE0.ING o'an BC!4111 pOH raft i�Teanir�o!op rrptlfebe9ingtco ternnl Bn(rn rzoy Help eatrce+rarFic s0eetls include but are not!�miten to. SHEET 3 OF 12 d V y s vitnin 10 Leer of the troveled oy or Data ei!y 0.Fiopgeros mad n sign. ,Ta ^aFMatT w Z �rihe travel leDrwoY� C.ao ab!e c mgeableome so9s9n tPCdSt. ras Oepnrtmenra/fr ar otttO^p aonly w yaresrwny Snort Term wttk noSIv,d b P npr bDE.u—lSopweetl me niror rr�oil9es or sngrm,e BARRICADE AND CONSTRUCTION "V"., a;! 0 WORK ZONE SPEED LIMIT z w 10.For mere speclric 9pitlmee cmngrpi!owobeiefype o/xor,uork zone ea zone rems+—$.T-1 vmn-1-m t»T ore ro�m xre— ape g — BC(3) 14 § - m r 9ffL7 23 y 37 v.� A2g9 lN1wYk M r STR 952 CYf(61,062 iMWET PWillE�G�T NR �, 1 �pLSEMF ECYgLI .......... TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS crNEaa, ,ma.zwrt stcus °.ec.<,oy e e r°<e. � YOAID -- - EEI Ix11.00ANA3 JN.,� AOAD m„ NOAH MOAC: 83008 i MAl4FA@ �1 A00009 "MIDAWAB L1`f,CISSLpW��'pJ x1 _ r 291 <n«nw — 14 Ji « , r e nense e °<° e° .e rip ,ate �e ra, �. ronren�,,� pnreer«rip°+«ya rn r .r. ,« az a enn, LATTACHMENT FOR SIGN SUPPORTS s+x rear .°r acre+nor s .n.w.e ce..�ar —' UTH B « e.- / { u n \ s z F 0 t.D f�M� \ U!J GI VS rf1 \ n' Nails shall NOT e u n nn2 n[, De al lmretl. �5y a X ar GAIfll LSfN 1 '-h sign ��j W shal be ai}ec$e0 p a;e°an m n s L.3 %5 Mh-.Tly+o 11 LTr, < W <°o m r SuopoTt.141 r TPl e am s or ws esao O f s=eer ra�n,orcw>inetrc Air,,sh01I no be p mae pe rewrreu..nts°r ous etoo ty°e arc 'w rr• °i oe csc°,v y°s pts..+n v°rpe bar:arwros _ foinetl or icetl by xrriYw F- C ORy euOOWiSA WORD 0.1.—a riepaiFetlrepo-re.n zt°nmres a,e sce�r,car�on °q'e� s qns,teeters ora mroerz zcoir se°r sILa w Dy 501 ici nq o zrr°ura o t - x act era °oo° other - _ °° ° nr c+leoa+rna amie c w+er�°r, ne spi.c° z °r'i-s rnsroi reo rm mee�m or a.+�aeo ry erasys v near my N N STOP/SLOW IAIDLII CONTRACTOR REOUIREMENTS FOR MAINTAINING PERMANENT SIGNS s °s swig mr ce twnea a+so x°rea a ra+ne rcw.°r.rrcae n q+s seanro se rerraw°«caor_e y N 1 WITHIN THE PROJECT LIMITS F tsr.a romre size,rv,re ce za.z+ prcoere,es urxur owo-mor le near ante at �°nr,.�rnont aawa�rw ria seen meet nr. z m e ziwtscox ronr.smr u seal r ee.eoovee aria tures eaxr�r rea wm caer<r�m°t w.i:. z I TO IPT .1 rrouy+o°"' .cute _ aver, Q EQ— SHEET 4 OF 12 K rn sect ran et.os r°zero rx sme rran wr r i�nA me to = none z�prw Dnp o<.�aa�n m rumcp. n+ °t,r rn r r t � ar a u a rrc++en s nxas w ones 4' rc P' � 1 r ui�a rolectn sn°ri nor u arm�+ee4 �� g � F conar.rnt�on s r.uio, ,R t' z eYe � Q F V F,<,ro,roro BARRe19CADBNE AND CONSTRUCTION TEMPORARY SIGN NOTES o W O O z p (��\\ � me ee°e,n rM„,n roa wrier ear ne n«°rnBCf 4>—14 _ U— «ria � 1—ON ILANI SNEfT 24 ,p 37_ a� aecarr crzamR no. N ggg STR 952 ieosiAR TRIMMON, rxaEcr No. 11w A, SKID MOUNTED WOOD SIGN SUPPORTS LONG/INTERMED I ITE TERM STATIONARY PORTABLE 51(10 MOUNTED SIGN—PONTSC1 GROUND MOUNTED SIGN SUPPORTS 1111,1 ANCHOR ago a T, OTiiER DESIGNS N11 I 1,ENE111 NI)TES wao MOUNTED IGN SUPPORTS ........ RE z GO Q z } am of -j7v ; 'A I' _A 0 SHEETw5 OF 12 D z 0 BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT IT -f;.1 0 BC(5)-14 SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS 25 d 37 BGGOFV-�— lki— STR 952 Ne RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES ITLH E,—e,lF, a c-le,-GailgEsno —if CO-'d IN—I .11WRE ITGNI I,vilm: Phose 1: Condition Lists Phase 2: Possible Component Lists R—/—),/P—FINE,'Fill Li.l Bi— JUP Lill Li6l lcliliu Lill 7 FREE— FPCHTAOE 770ARRUCK UAR AT —,BI 1. FT xxI H— U TAPE TH: TFRITIL _1CS F RoFn FTFHT LN 7TIGHT LN F F HE- ----,CM F— _11H OUTRAl u F—D 7-1-.`lTT—� 77--,—,F,-1 F--,,, F-77,77-7 F L5 EEO .�RliG F."rIlL Ph sl F- ENT( -E--yT—i--1 F-777E-7 F——j-�ETDNEFT F P—ic,, -1 F- Y -x--1 ES ILLr -AM A"CE1 OR E1 11L -1 Il.,Xx 1.IT E8' en ssnwa^of saCOSrDTH GILE 1, I'Llyl P11-11 Z 'A —2— An 7-171—17�—X� FTWEOORWtt—] F—IFIET71 I-"x Tx X N INALAIS YAlFlY YT VR M F—F,—I —] FTIO—I—L N—] BUMP 5 x CcF—FNO F--7D 7, ICES SE EA Hl,'X x CLCSEE ETLU5BEER XIF1 IT Sr I ac lL F—L-ANE,--I X F—T--RUT-I .AY ST. ED TH'IL A I I'V.All zTn,�, RFREED, XX A. RERR a xt UIC .1H N� 'L ED ..........1n Ni..1 1111 1 1111 in 1nI IM-1111"N A— I JUL---- "A Hl A1111.11..Gu IOEI IDES IORBIN6 ALIEINITIVES pqN .... F,== tl as nw HA PALO tle 111Ti 1.11 .111 1,1 11 F-1 11RA X t114111=1==awr l A, LO FILE 0 SHEET 6 OF 12 ELMS SIGNS WITHIN rHE R-D -W. STILL BE BEHIND GUARDRAIL OR w OR SHAL,HAVE A MINIMUM OF FOUR HIT BARRIER t; PLASTI:DRUMS'LACED-ERPLNDI(,DI,AR TO TRAFFIC ON THE z UPSTREAMSIDE OF 7HE FCMS,WHEN EXPOSED TO ONE DISCO)ON N, 0 OF-1AFFIC. WHFN—OSED TO TWO WAY TRAFFIC, THE FOUR DRUMS BARRICADE AND CONSTRUCTION SHIDULD HE PLACED WITH ODF DRUM AT EACH OF THE RULE(ORDERS OF THE LICIT. PORTABLE CHANGEABLE NIF ah— F.T..—HA A.1 11.1 MESS AGE SIGN (PCMS) I R,, z BC(6)—14 NH 1111a.tae 111-1.. A� TV F 11 SRI of 37 STR 952 (.UM.ilATM1Y SIBEI' PR0.1ECi WT. S1PjE 10 I... z a LFII%II.UC AS J11�= N T1x OXgI EN�� LOW PROFILE CONCRETE BARRIER fLPCBJ e GO ASa�U(J Ec DELINEATION TR AT ENT TREATMENTS u END TREATMENTS FOR • • V" u _ Ci B'S USED ^- Z tN WORK 20NE5 _._ o+err nRAOH xcr.r n RlcnT.....,. EVRDR mow = 4n... _ .'+ srva wr ce°sea os c e re'ro°+. Eaa xreonre^rs.seaICLEFT s Rlcrvr r9e5°BARRIER REFLECTORSFOReCONCRETE TRAFFIC BARRIER AND ATTENUATORS kSE WARNING LIGHTS reermie s° e. ra oorim�amm�mTce°a+¢in "ea xrrcv m«as wuis x i es.fro-n raa.o> or G+s o¢e¢grac UIREA1ENi5 r T1 NTi1111 111 IN 111, ON V O TRAFFrc M.W.ercuaHOR.L. 1 I r w re u WARNING LIGHTS MOUNTED ON PLASTIC DRUMS u exarnw¢area. Z m °=^^°H+==e^•°+^e..°� w. FLASHING ARROW BOARDS g z rc,.n., me m ee.wrs ce me SHEET i OF 12 V m n me°ms .• d D1.O. o'n¢.+a seocr.H ro wr aq anen Oa«wee uoe°ce am c° ^ e cnm.e x m ae ce swc g TRUCA-ACONTED ATTENUATORS WARNING REFLECTORS MOUNTED ON PLASTIC DRtpAH AS A SUBSTITUTE FOR TYPE<(SLEAOY TURNt WARNING LIGHTS - es BARRICADE AND CONSTRUCTION z o Tro,°,.rc.ro°«ten„eT Te.e�T°r ARROW PANEL, REFLECTORS, , Y WARNING LIGHTS& ATTENUATOR o 0 ter, e°r. ^4. r rcnex eae+ a BC(7) 14 HIT wn.rea.¢ z Ti 27 d 37 rvECYWR mnWW�c AW Q= a STR 952 >-3W�n;iRo�2a blY PMlrt'Cf ISLRflG48_ ii carnxcwrs vm enaxDr rla p OF ipy.y E ENOTES s e a E u € me ce.c m,.oe nvo o,ee a._ "ee r nsm x me rro xe Sub5lr.ree Sh01 I NOT be usetl on 0,O`�U b GENERAL DESIGN RF.DINE—S OloSt is OfU.'n5 z W a�'�UU yrueu ' SIGNS, CHEVRONS,AND VERTICAL PANELS AIOUNTEO &o g °O om. ON PLASTIC BE_ n.. N Vl- .gc N r n ecce +nm o!3fi rcres ac _ml.pL_ ° r .r_eee era mess em.,.,se n � y dog g QC y siiVW oEB .e �� �,+n nnn+ee ar en.P+rm,arwN RETRINiEFLECTIVEe SHEETINGenmmUrm�ver some«a ircoe nmae.. no jafe p-mqe f - �� � nUieMra�wb roanarre.�ma ane neon rx Cf �� N srcu�a ae uvea a+e«n ioca+m mi�e°ra-.n,ne awns. (�' m w xe «.y orn..,rc�mn+acs.°a,o owo.o�or ew nnear ro DIRECTION INDICATOR BARRICADE DETECTABLE PEDESTRIAN BARRICADES nee°on olasn+w,ms,e�n ^L 0 BALLAST n.r.r.+ai.e<ra.ni nperawi cr ine tnqree. O V SHEET 8 OF 12III D. e+rco�gn+m r.aer�o-,own in+o ^� F„ �f+ z es Ren g z C) I+s�iPr or am®we noon a.emen+ t; W an.+ae«�or m ,awn_r ro.gym°n x rc an,r,ane., ea+ BARRICADE AND CONSTRUCTION w ar nm.n.nn oro ne n CHANNELIZING DEVICES °z o BC t 8>-14 _a o m r aa,-e.es mes :e°�n ware ase or n.,ne o qn. �. ,rn.„a.«n,.,ao n+Me,o„e..cr w.o ehces. - SfiEEi 28 d 37 RDEOTJ-iU m'C A 2 STR 952 AsosJJ1;SBD62A; dry tTttFC!tb9043a- �L�>aNn SAT, m TW ;,,I MARAS '" ILEV�ONAI Ei1 FIXED k .ate= axe a k. v`ri DRIVEABLE U bb c LB[L--U(J CHEVRONS T g Tw 8 e 1 a s �i pxw v o .retl y aaaw x.l 'PORTABLE .ccrez sno ce e °ca+e s.c ce LONGITUDINAL CHANNELIZING DEVICES ILIBI IF I—FFF ITFes- c ce.aiue me ca°ee V VERTICAL PANELS (VPS) IFF 11 srol.+mOzcee7er o.+nr.,e.. ' N SUGGESTED MAX MAIM SPACING OF "' m w e�f5 IXx°r CHANNELIZING DEVICES AND V -ER BALLASTED srsTEMs USED AS BARRIERS MINIMUM DESIRABLE TAPER LENGTHS m O SHEET9 H. 6F 12 lT d' O .�. BARRICA � CONSTRUCTION� DE AND , t ,� CHANNELIZING DEVICES p w z g HOLLOW OR WATER BALLASTED SYSTEMS USED AS - BCIT I q cr m OPPOSING TRAFFIC LANE DIVIDERS (OTLD) LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS � .1 FSTR 7.fA IXM5P2TAYf5 9Y£i RAMGT iq. EJB t DE r c _ _ - 0 jSSPt��rew Fx-0f! EQit odD azo s+ � L N re �., o. T11 mr osn anrr -° aoe PERSPECTIVE VIEWen M an msv.< PERSPECTIVE VIEWvxLEOEND ,. °-ee«msnio u ,r is cer.se n.+ec 'PLAN VIEW iz u wrce s g.c s ez sce-r'aa a e e'n sre°ms. _... PLAN VIEW m TYPE 3 BARRICADE-(POST AND-SKID) TYP{CAL--APPLICATION-- CULVERT WI DENT NO OR OTHER ISOLATED WORK WITHIN THE PROJECTLIMITSX reT1 7�I e v ` iH(5 OEYICE SN NOi 8E USED EH N d �j= ���.,✓ vj rv° CONESPP6JECi5 tEt iE 4uPCN111}4¢rn TYPICAL STRIPING DETAIL FOR BARRICADE"RAIL = o"cr r (95 op X W I « Y -EEL I} GEL INE O c o y 'm � CHANNELIZER }, 2 s+err � 1e m U p .M°.o.TYPICAL PANEL DETAIL'em,a iwo P+ece cones one-Plece cones T-1-Na1ke1 ore ie+es°r vmr�e m°°os° N ti FOR SKID OR POST TYPE BARRICADES O ermse ""� /1 28'cones sno�i nave o mnmm e "of A ii2 jos �J a- 2 ae A Or °,5o wximm,sswc s na+� crvareesg°naWom i+e+w.e�iv4s+P�me '»<rs enta!u W o<.wm+n°n.i.we«9ann„ cra,a ea [re o°se ws.e,�N-° �aor,m"t re`mren�s°ai ea,er t c i sos eco n�c�a or epe"cs pis BIW, ^dO�Z zw�� °aO SHEET 10OF 12 _ tL °°' ,rte„PALE �_� BARRICADE AND TIT"r, CONSTRUCTION STS zu C UC ION G pan”"`°' "'7.°"`"°" CHANNELIZING DEVICES p re.e a rene. z o x narr��de a a.e,aa re � a I.2 c°re,a .a.n,n,o.rron+raK tee. ra�a,.rarara,e-.°+mar ee— + ee ema�a .e e° ,° m ..,, a w.°; ,.....,aa re e er.are° a BC f f 0) )4 _ m 3- _ TRAFFIC CONTROL FOR MATERIAL STOCKPILES SWEET-30 W 37 - REm&10R9AW NA Q $ STR 952 19WSA;1906ZA� 4' W IXn fM14CT/3'bifi38: WORK ZONE PAVEMENT MARKINGS Temporary Fle,ible-Raflect;,A, DEPARTMENTAL MATERIAL SPECIFICATIONS Roadway Marker Tabs GENERAL REMOVAL 01 IAIEMENT.1RKINSl LSv ......... f�1�:dNAt 4N .... 4 _4 ............ ZV STAPLES OR NAIII SHALL NOT BE USED, TO SAO.. P, TEMPORARY FLEVI LE-REFLECTIVE ROAGAAl MAR.R TA BE T P., 0 THE PAVEMENT SURFACE U IP A, RAISED PAVEMENT MARKERS rMvr PREFABRICATED PAVEMENT MARKINGS A 0 s. ... MAINTAINING WORK ZONE PAVEMENT MARKINGS RAISED PAVEMENT MARKERS USED AS GUIDEMARKS •A, V- tl R.. rW .1 1. z SHEET 11 OF I IS 'r-.A`kPAP—AT_PM`P`M_ -.— t5 z 0 BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS h BC I 1 14 SAW 31 d 37 STR 952 I troxsu.rwYs vHxT PANECr Ml. STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS tic orr,M PAVEMENT MARKING PATTERNS oe�.eeoeea°aealo�e a neaeca I!F 3°� REitF[iaatlEO.RAVEYNr wRwixDs PAr,EIm1. RAISED.AYF.Eui uwx.ERz RAr,ERN. roe I c� I -e.e w v .ons SOLID ED'E Lill LINES NU-PASSING LINE EcroR1:eD P.vEacN,w«w,ND: P.L,EwN w .A1:ED PAYFwwr DAR, �"�� Sh REn FRs PAr F s WIDE Lo/o'' A xo70� z LINE CENTER LINE 2.NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS o . CENTER � LINE I��° 1, —.I ! ti In 2 aw LIN h5 a ooe.o.avoo.n.°. =o.v=e.oe iovo..oo°enee� E U nei ° °°n°a° ae oo...e°.... LINE ..n.. I.-io n—1`/ neem r°I�or �jy q e °n�>°.. BROKEN 11° r°o LINES o 0 0 o a 1 UFW"`o v.6 .m. ea m.ny�DRRFD6PAYEEff mWRk em�xxo owcmnr.o. Oa. ' Y xce It m II C-RJ "p"P` ae* Ivn e.ub mr r RAIz[o PAVFwxr wusERz eO\ycelC AUXILIARY+•a•==� � EDGE&LANE LINES FOR DIVIDED HIGHWAY _ n LANEOPOP H- LINE U �' -"A n°° vosoeo<ea oe°°oe°"oo °"vu ua°oo."n°.°vasa REMOVABLE MARwINGSY,".M s eeo WITH RAISED PAVEMENL AR%ERS ,< � � e ox � � oee oou eao\ o00 o°n viw°Rvvwren,uwkvs N i RAISED NYEMENr—.1.r Z V ererm.°area�mrknR.wr ce wos1�„ m..rnaro-luA°v.w..vr.°.k�mo. L z ..e r Z LANE &CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS - O 0 SHEET 12 OF 12 E �y — — —a `,\°° �wnl,w- a °o° nna nnn opo.. o °° °"°°° .e .°. °°° BARRICADE AND CONSTRUCTION r V .°°.a°e°.°°ae°.°.°a..° PAVEMENT MARKING PATTERNS z o i I .:- D .NE RAISED PA.EMEN,w AERs __ BC(1 27 7 4 cr PErIE[roRiZFO�PAYEwE MURt� �.::: _ � Q K --- _ TWO-WAY LEFT TURN LANE _41 SET—32 A, 37 >�caulue Aa § -STR 952 N --z1ID63A, w' drc PAMLt Il$T634. I ND _ LEGEND �E III a aIAI v 1A03V,\AHEAD D �t FI EN_ frq n NEAD END oy c p /ADAO WDRK em m.e Q n a741 /V sz /�csee°ore n♦ a Rono � SS e�fe"♦ / Eaa _D AHEAD g's� ne°nma 000e iIS — 6siz,s' A aU� 8. 40, °p do A. 80 iav�iV`cj I 8�� �� I ���" o= I""• see a°, ,e .ao I e'°owed om,. m USAGE AEd G- C.m / ar �� r` - -- onam"rz nr is Tnt au H m nam / a ev s--. weric ow o. I AN GENERAL NOTESCL Q: c"s +sae o°.ae �r��m m:°1--.. o. �NIx9 0 `' o m ae iia nar on � POAD $ � WDPK 2ND � 9 wDnO N a aonp+car.nxc+o ow a for anwixr.orx on a,.w«ri a�`gra. ? y. AHEAD flDAD WDNK DRK 3 m W D, AHEAD w" U ,n, ^ Erb END A- ROAD irosfio xmei�p502. O V ht' see rw,o�r a"ome N I ij - HDAD WDNN 4 WDRK o:ia moo.oonioi ae°`max''oarmre Sae note rr - AXEAOT-1 Depa1tN1rMW T—pAtdf. y 6 I I t6ee ao,a:,♦ r ppwrwu corse, $ d a TRAFFIC CONTROL PLAN � r CONVENTIONAL ROAD t z SHOULDER WORK o 0 TCP (2-la) TCP (2-1b) TCP (2-1c) z TCP(2-1)-12 e c a WORK SPACE NEAR SHOULDER WORK SPACE ON SHOULDER WORK VEHICLES ON SHOULDER aw Conventional Roads Conventional Roads Conventional Roads " $ E ,pg77 33 N 37 REeca)DRHWL^NJ. $ STR 952 ��9. arc EDRNECt hanAan N; LEGEND 2�n U T"' Al =_V T' FEET F' IS 41 '41 41 ROAD WO K 0!, 22 YPICAL USAGE , F wa- 6=51 GENERAL NOTES tl V) TO TOAl— xxx TOP(2-2c) Nf FEET TV'., swrvae Ix RE 10 W- *. '. '_RW IS11AFES —,'i". TD-1 TOP (2-2b) Oc "A- 010 - Z ROAD d WORK END w rl TRAFFIC CONTROL PLAN AN Ao�4 ONE-LANE TWO-WAY z TRAFFIC CONTROL 0 u TCP (2-2a) TCP (2-2b) 2-LANE ROADWAY WITHOUT PAVED SHOULDERS 2-LANE ROADWAY WITHOUT PAVED SHOULDERS TCP(2-2)-12 ONE LANE TWO-WAY ONE LANE TWO-WAY CONTROL WITH YIELD SIGNS CONTROL WITH FLAGGERS tLess th�n 2000 ACT - See Note 91 34 37 STR 952 f�At�s~REr fifim ® LEGEND ;}LFkq tlkl fiT& ROAD I ��]x ® �fEl lr I.00AN 9 Jfle'r tb° ANEAD n, � � SJO� o EN6- ��� END - L=° AxEAo VIV `�' Q F ae°AD WORT( ANE L g LOSE sre nox / e x ae-%%X F7All O5b ♦ y o5 H. 8�0 i, I s x ss w9w o+�n°o orr:• 8.0 'w iNd oT,E �ITYPICALr USAGE*D h cw so, >< ono oa ows •• ♦ Fr norr E, MP sxaae si�iax�Av ' Doee � ♦ �I° to _ ounsr ion r[nuEauco.Tc .--. - I � °•N.. o .ICY, ei -. e � s'ro " °nra. s •I� a L3 a XX ° ^} GENERAL NOTES E ,ss o re o os pt 4%c a w a ♦ . ...:_. .�.. n�,� �3s x as uamrlons rea,'a,a+o<e.orne.r�a-,o a s Jon«e.D*rrc� r ~ Y � • orn�aaea ammal.x na a.l«a�r a wes�°,m ra r°.smao. U q RIGHTY _ 5•r P-ro ttew ,vx aaxe °""aa awr«e,rbx+is rrwce rnan.n°roe. ANE e i CLOSED ti 4� TCP 12-40 X%%F�° • pp V V x ae ° �eceeene rrxr arro.xara olac a rre ♦$j� ^^ x° x 24 TCP 12-dble�ero ern or en n4 q nq ace,. a i° Z V MrN N IGN roe°reo or sonr�c ar,- a ,R,<peW' karaoaas°re,mea r O F ENO o / ♦ LANE no p panr�p uwa m.......oM�w°.s ROAD WORNCLOSED cA a �` ° wDAD VIV 4'v` 8 y x< Tex n f�mmat tallm� a V f� 4 4 RK eDao wUR% e XXX os a a �u F• TRAFFIC CONTROL PLAN LANE CLOSURES ON MULTILANE CONVENTIONAL ROADS ED TCP 52-40) TCP (2-4b) V 411— TCPt2-4)-i2_ �f ONE LANE CLOSED TWO LANES CLOSED see°°;e ° � STR 952 Cn mnscr%19DG3A PhWEC!M10. WORK ZONE SHORT TERM PAYEMENT MARKINGS DETAILS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS n!..-I — -1 1 1 FP NOT N.T NO All a _PAs LPG 4 P- L NE SOLID ah L INES SINGLE NO-PASSING LINE L[NE CENTER LINE&NO-PASSING ZONE BARRIER LINES FOR TWO LANE TWO-WAY HIGHWAYS BROKEN ;z LINES ,i, ljl t,N F. T Psy A�LANI LANO yap Pv WIDE DOTTED LINES ;ce LANE LINES FOR DIVIDED HIGHWAY 0 Y WIDE GORE roes T .11 N. T MARKINGS KIES; Z LA &CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS ........... O=Z' �111 I A ........... S, AT-1 "N <> TWO-WAY LEFT TURN LANE lT NET-l 1� "0 A A. 'All-N IPTI A% "N A NINE]= —10"0, I�,! ""ITT. 4,112'. L _LV71L: - P�1_11=.V.,T. -'A Aee-.r, 411MUM PAIENIENT M 0 N7-, e.A,be,T.—to 1- 1.TN1 WORK ZONE SHORT TERM PAVEMENT MARKINGS 0 IT RAISED 1AIEWINT-IMS �g -,AX.T, ___ 9 o P, WZ(STPM)-13 DEPARTMENTAL MATER.AL I.LAI�1,2�1 T,1EIAL PRICER LISTS I TN_ -,-0 ITT A-1 i.---N er o0oatee+Yat tire 37 37 -2 STR 952 IVC61A,IW-62A __j 009101 ADDENDUM NUMBER 01 Project Number:19061A 19062A Project: IDIQ Minor Street Improvements 2019_1 19063A Owner: City of Corpus Christi city --- ---- Engineer: J.H. Edmonds, P.E.``� Designer: Addendum No. 1 Specification Section: 00 9101 Issue Date: 7/16/2019 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [Designer] Felix H. Ocanas,Jr., P.E. 7/16/2019 Name Date Addendum Items: Attachment No.01: Modification to: 00 2113-2(Page 2) INVITATION TO BID AND INSTRUCTION TO BIDDERS, ARTICLE 2—GENERAL NOTICE, 2.02; ARTICLE 3—DELIVERY AND OPENING OF BIDS,3.04 and 3.05 (See Underflnedl mot.;�®�•r���,® r + it Attachment No.02: a ••� �c �dfs Modification to: 00 52 23-1 (Page 1) AGREEMENT, ARTICLE 3 —CONTRACT �m ;;do�6 ;:•j �w °�•t•�' ' TIMES,3.01.A • FELIX.H,OCANAS:... (See Undertigedg �t�' 33006 .4ckz ff' Attachment No.03: �,�•'��'ctST�.���tom` Modification to: !®NAt ��, • 00 73 00-4 (Page 4) SUPPLEMENTARY CONDITIONS, ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS,SC- 14.04.A— C-14.04.A—PREVAILING WAGE RATES ECMS, LLC See Underline]] REG. NO.F-3899 Addendum No.01 009101- 1 19061A, 19062A, 19063A I IDIQ Minor Street Improvements 2019 Rev 01-13-2016 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS 1. The location for the receipt of Bids has been changed to (See Attachment No. 01): 1201 Leopard Street, City Hall Building, 1' Floor, Contracts and Procurement Department Corpus Christi, Texas 78401 2. The location for the opening of Bids has been changed to: 1201 Leopard Street, City Hall Building, 15Y Floor, Contracts and Procurement Conference Room No. 1 Corpus Christi, Texas 78401 A. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS DELETE: Page 2 in its entirety. ADD: New Page 2. See Attachment No. 01 B. SECTION 00 52 23 AGREEMENT DELETE: Page 1 in its entirety. ADD: New Page 1. See Attachment No. 02 C. SECTION 00 73 00 SUPPLEMENTARY CONDITIONS DELETE: Section 00 73 00 in its entirety ADD: New Section 00 73 00. See Attachment No. 03 ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. Question: "Is anyone else having issues downloading the plans as well as the bidders worksheet, we are currently unable to open both files." Answer: Please make sure you are registered and signed in under your account to download any files. END OF ADDENDUM NO. 01 Addendum No. 01 00 9101- 2 19061A, 19062A, 19063A I IDIQ Minor Street Improvements 2019 Rev 01-13-2016 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$4,500,000. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order, and is 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 2:00 PM Wednesday, July 31, 2019 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. 3.04 If submitting a hard copy bid or bid security, please address envelopes or packages: City of Corpus Christi Contracts and Procurement Department, City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: Contracts and Procurement Bid - IDIQ Minor Street Improvements FY 2019, PN: 19061A, 19062A& 19063A 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 the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 1st Floor Contracts and Procurement Conference Room No. 1 1201 Leopard Street Corpus Christi,Texas 78401 ADDENDUM NO.01 Invitation to Bid and Instructions to Bidders ATTACHMENT NO.01 002113- 2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 1 OF 1 Rev 10/2018 00 52 23 AGREEMENT This Agreement,for the Project awarded on , is between the City of Corpus Christi (Owner)and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: IDIQ Minor Street Improvements FY 2019 Proiect No. 19061A; 19062A; 19063A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: ECMS, LLC 5001 Oakmont Drive Corpus Christi,Tx 78413 ecros@att.net 2.02 The Owner's Authorized Representative for this Project is: Felix H. Ocanas,Jr., P.E. 5001 Oakmont Drive Corpus Christi,Tx 78413 ecros@att.net ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The City intends to award this contract for an initial 1-year duration,with two 1-year optional renewals.The option to renew will be based on the Director of Engineering's determination,the Contractor's successful performance of the work and all Delivery Orders, and concurrence of the Contractor.The contract allows for a City-approved economic adjustment to apply to a renewal period if based upon published cost-of- construction indices acceptable to the City.This Proiect will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order, and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. ADDENDUM NO.01 Agreement ATTACHMENT NO.02 005223- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A PAGE 1 OF 1 Rev 10/2018 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 Felix H. Ocanas,Jr., P.E. (ECMS LLC) ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 1 OF 12 Rev 10/2018 May 4 November 3 June 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS 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 $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300- 2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 2 OF 12 Rev 10/2018 Business Automobile Liability-Owned, Non- Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required X Not Required 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." ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300-3 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 3 OF 12 Rev 10/2018 ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX-29 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: TX20190029 01/04/2019 Superseded General Decision Number: TX20180040 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 . 60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300-4 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 4 OF 12 Rev 10/2018 (and any 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 . 60 per hour (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 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5 .5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5 . 1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol .gov/whd/govcontracts . Modification Number Publication Date 0 01/04/2019 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . . $ 12 . 64 ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300-5 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 5 OF 12 Rev 10/2018 FORM BUILDER/FORM SETTER Paving & Curb. . $ 10 . 69 Structures . . $ 13 . 61 . . . . . . . . . . . . . . . . LABORER Asphalt Raker. . $ 11 . 67 Flagger. . $ 8 . 81 . . . . . . . . . . . . . . . . . . . Laborer, Common. . $ 10 .25 Laborer, Utility. . $ 11 .23 Pipelayer. . $ 11 . 17 . . . . . . . . . . . . . . . . . Work Zone Barricade Servicer. . $ 11 .51 . . . . . . . . . . . . . . . . . . PAINTER (Structures) . . . . . . . . . . . . . $ 21 . 29 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . . $ 14 . 25 Asphalt Paving Machine. . . . . . $ 13 . 44 Mechanic. . $ 17 . 00 . . . . . . . . . . . . . . . . . . Motor Grader, Fine Grade . . . . $ 17 . 74 Motor Grader, Rough. . . . . . . . . $ 16. 85 TRUCK DRIVER Lowboy-Float. . $ 16 . 62 . . . . . . . . . . . . . . Single Axle. . $ 11 . 61 . . . . . . . . . . . . . . . ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Note : Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300- 6 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 6 OF 12 Rev 10/2018 solicitation was issued) on or after January 1, 2017 . If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol .gov/whd/govcontracts . 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 ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300-7 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 7 OF 12 Rev 10/2018 A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or lv'vUAVG"" 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 lv'vSU'vlv identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates . Example: SUTA2012-007 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. ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300-8 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 8 OF 12 Rev 10/2018 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) rulin ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300-9 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 9 OF 12 Rev 10/2018 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3 . ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations . Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S . Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 . 8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U. S . Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party' s position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300- 10 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 10 OF 12 Rev 10/2018 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 ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 ECMS, LLC 361-549-4576 Felix H. Ocanas,Jr., P.E. 361-549-4576 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 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 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300- 11 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 11 OF 12 Rev 10/2018 Public Agencies/Contacts Phone Number Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 W i ndstrea m 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description SC-25.03 Substitutions-"or equal" ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description SC-26.01 Test Results of Paving Materials, Limestone, subgrade soils, oils SC-26.01 Test Results of Concrete products. END OF SECTION ADDENDUM NO.01 Supplementary Conditions ATTACHMENT NO.03 007300- 12 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 12 OF 12 Rev 10/2018 009101 ADDENDUM NUMBER 02 Project Number:19061A 19062A Project: IDIQ Minor Street Improvements 2019 19063A Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Addendum No. 2 Specification Section: 00 91 01 Issue Date: 7/26/2019 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [Designer] i Felix H. Ocanas,Jr., P.E. 7/26/2019 Name Date Addendum Items: Attachment No.01: Modification to: 00 2113-2(Page 2)INVITATION TO BID AND INSTRUCTION TO BIDDERS,ARTICLE 2—GENERAL NOTICE,2.01 and 2.02 Attachment No.02: ,��� OF TEPP% Modification to: r��y�Q° •'9�+ �� j 00 30 01 BID FORM (See Underlined) �Ic Attachment No.03: f%, CANAS, Modification to: ��: ..................... 011100-1,2 (Page 1 & 2) SUMMARY OF WORK, GENERAL, J*'•, 33006 , 1.02—DESCRIPTION OF WORK 4 ��.•��G')�T �� (See Underlined) ��®�'%S AL t �2420 1 9 ECMS, LLC REG. NO. F-3899 Addendum No.02 00 9101- 1 19061A, 19062A, 19063A IDIQ Minor Street Improvements 2019 Rev 01-13-2016 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS—Article 2: DELETE: Page 1 and 2 in their entirety ADD: New Page 1 and 2. See Attachment No. 01 B. SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in its entirety. See Attachment No. 02 C. SECTION 01 11 00 SUMMARY OF WORK—1.02, DESCRIPTION OF WORK: DELETE: Pagel and 2 in their entirety. ADD: New Page 1 and 2. See Attachment No. 03 ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. Question: "In Addendum No. 01, Attachment No. 03, Page 6 of 12 there is a note that reads, 'Executive Order(EO) 13706, Establishing Paid Sick Leave for Federal Contractors.' Is this applicable to this project?" Answer: This note is standard under the Wage Determinations Davis-Bacon Act. This is not a federally funded prosect,therefore not applicable to this prosect. END OF ADDENDUM NO. 02 Addendum No. 02 00 9101- 2 19061A, 19062A, 19063A I IDIQ Minor Street Improvements 2019 Rev 01-13-2016 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: Name of Project IDIQ Minor Street Improvements FY-2019 Owner's Project Identification No. 19061A; 19062A&19063A This project is an Indefinite Delivery Indefinite Quantity(IDIQ)construction contract with three (3) parts: Minor Street Pavement Repairs (Part A), Special Projects (Part B) and Street Preventative Maintenance Program Prep Work(Part Q. Individual orders"Delivery Orders" will provide specific scope, time of performance and cost. The City intends to award this contract for an initial 1-year duration, with two 1-year optional renewals. The option to renew will be based on the Director of Engineering's determination, the Contractor's successful performance of the work and all Delivery Orders, and concurrence of the Contractor. The award will be $4,600,000, the bids will establish the unit pricing and basis for determining the lowest responsive and responsible bidder. The contract allows for a City-approved economic adjustment to apply to a renewal period if based upon published cost-of-construction indices acceptable to the City. Part A($1. mil) Work may include pavement rehabilitation/replacement, base repairs with limestone,and sub- grade Stabilization, saw cutting, crack sealing, seal coating, milling, curb & gutter, driveway replacement, curb ramps, and minor utility manhole ring & cover, valve adjustments concrete street pavement repairs of longitudinal cracks and expansion joints. Part B ($2.5 mil) Special Projects includes projects that may fall outside the scope of Part A. The specific scope and purpose of projects vary, depending on the type of contract. Part C($500 k) SPMP Prep Work includes projects that support the Street Preventative Maintenance Program (SPMP). Work may include pavement rehabilitation/replacement, base repairs with limestone, and sub-grade Stabilization, saw cutting, crack sealing, seal coating, milling, curb & gutter, driveway replacement,curb ramps, and minor utility manhole ring&cover,valve adjustments and concrete street pavement repairs of longitudinal cracks and expansion joints. ADDENDUM NO. 02 Invitation to Bid and Instructions to Bidders ATTACHMENT NO.01 002113- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 1 OF 2 Rev 10/2018 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $4,600,000.00. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order,and is 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 2:00 PM Wednesday, July 31, 2019 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. 3.04 If submitting a hard copy bid or bid security, please address envelopes or packages: City of Corpus Christi Contracts and Procurement Department, City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: Contracts and Procurement Bid - IDIQ Minor Street Improvements FY 2019, PN: 19061A, 19062A& 19063A 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 the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 1" Floor Contracts and Procurement Conference Room No. 1 1201 Leopard Street Corpus Christi, Texas 78401 ADDENDUM NO.02 Invitation to Bid and Instructions to Bidders ATTACHMENT NO.01 002113- 2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 2 OF 2 Rev 10/2018 Project IDIQ Minor Street Improvements-FY 2019 Name: Project 19061A;19062A;19063A Number: Owner: City of Corpus Christi Bidder: OAR: Designer: ECMS,LLC Felix H.Ocanas,Jr.,P.E. Basis of Bid for Parts A B&C Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT Base Bid-Part A(PN 19061A) Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-A1 Mobilization(not to exceed 5%-total bid) LS 1 A-A2 Bonds and Insurance LS 1 A-A3 Traffic Control,Residential Streets Day 250 A-A4 Traffic Control,Arterial Streets Day 75 A-A5 Ozone Days EA 5 A-A6 IStorm Water Pollution Prevention I LS I 1 SUBTOTAL PART A-GENERAL(Items A-A1 thru A-A5) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-BI Seal Coat,per single course SY 1,600 A-B2 Crack Seal,0-1"wide LF 1,000 Planing(Milling),2"1,000 to 2,000 SY minimum per A B3 Delivery Order SY 1,600 A-B4 Planing(Milling),Additional 1"1000 to 2,000 SY minimum SY 1,600 per Delivery Order A-B5 Cement Stabilized Base with 4%Cement,existing SY 704 limestone base,3-6",complete in place per SY Pot Hole Crew: Provide a 3-man pot hole repair crew to A-B6 8-Hr.Day 20 include labor,materials,equipment&incidentals HMAC,Type"D"material for pot hole repair,TxDOT A-B7 Standard Specification for Construction Item 340, Ton 100 including SS 1 emulsion for tack coat A-B8 All-Season Pre-Coated Patching mixture(ASPPM),TxDOT Ton 100 DMS 9202.5,including SS 1 emulsion for tack coat A-B8-1 Concrete Street Pavement repair of crack SF Inch 200 A-B8-2 Concrete Street Pavement repair of expansion joints SF Inch LO-0- A-B9 lAllowance for Unanticipated Street Improvements LS 1 $20,000 $20,000 Range 1 to 100 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade,base and surface treatment/repair using asphalt concrete(HMAC). Items A-B10 to A-B14 A-B10 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 100 A-B11 Base Repair,Upper 2"Depth (Limestone) SY 6,400 A-B12 Base Repair,Additional 1"Depth(Limestone) SY 6,000 A-B13 Surface Treatment Repair Upper 2"HMAC SY 6,000 A-B14 Surface Treatment Repair Additional 1"Depth HMAC SY 5,000 ADDENDUM NO. 02 Bid Form ATTACHMENT NO. 02 00 30 01-Page 1 of5 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A PAGE 1 OF 5 Rev 10/2018 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Range 100 to 250 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade,base and surface treatment/repair using asphalt concrete(HMAC). Items A-B15 to A-B19 A-B15 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 996 A-B16 Base Repair,Upper 2"Depth (Limestone) SY 7,000 A-B17 Base Repair,Additional 1"Depth(Limestone) SY 6,000 A-B18 Surface Treatment Repair Upper 2"HMAC SY 6,000 A-B19 Surface Treatment Repair Additional 1"Depth HMAC SY 6,000 Range 250 to 1000 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade, base and surface treatment/repair using asphalt concrete(HMAC). Items A-B20 to A-B24 A-B20 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 1,000 A-B21 Base Repair,Upper 2"Depth (Limestone) SY 6,000 A-B22 Base Repair,Additional 1"Depth(Limestone) SY 6,000 A-B23 Surface Treatment Repair Upper 2"HMAC SY 6,000 A-B24 Surface Treatment Repair Additional 1"Depth HMAC SY 6,000 SUBTOTAL PART B-STREET IMPROVEMENTS(Items A-BI thru A-B24) Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-C1 New ADA Curb Ramp:Concrete Curb Ramps,meeting SF 300 TDLR requirements,complete in place A-C2 Remove&Replace ADA curb ramp:Removal& SF 300 Replacement of ADA ramps not in compliance w/TDLR SUBTOTAL PART C-ADA IMPROVEMENTS(A-C1 THRU A-C2) Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Removal&Replacement of Curb&Gutter,complete in A D1 LF 500 place Removal&Replacement of driveway approaches, A D2 SF 800 complete and in place A-D3 Removal&Replacement of Sidewalks SF 430 Storm Water Manhole Ring&Cover Adjustment,w/new A D4 Each 5 Manhole Ring and Cover Assembly w/new Concrete Height Adjustment Rings&w/Concrete Collar,complete in place SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(A-D1 THRU A-D4) Part E-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-E1 Water Valve Adjustment w/Concrete Collar,complete in Each 5 place SUBTOTAL PART E-WATER IMPROVEMENTS(A-E1) Part F-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring&Cover Adjustment, A-F1 including New Manhole Ring&Cover Assembly w/new Each 5 HDPE Height Adjustment Rings,Stainless Steel Inflow Inhibitor and w/Concrete Collar,complete in place SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(A-F1) ADDENDUM NO. 02 Bid Form ATTACHMENT NO. 02 00 30 01-Page 2 of5 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A PAGE 2 OF 5 Rev 10/2018 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid-Part B(PN 19062A) Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B-A1 Mobilization(not to exceed 5%-total bid) LS 1 B-A2 Bonds and Insurance LS 1 B-A3 Traffic Control,Residential Streets Day 200 B-A4 Traffic Control,Arterial Streets Day 200 B-A5 Ozone Days EA 8 B-A6 IStorm Water Pollution Prevention I LS 1 SUBTOTAL PART B-GENERAL(Items B-A1 thru B-A4) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B B1 Planing(Milling),2"1,000 to 2,000 SY minimum per SY Delivery Order 2000 Planing(Milling),Additional 1"1000 to 2,000 SY minimum B B2 per Delivery Order SY 2000 Cement Stabilized Base with 4%Cement,existing B B3 limestone base,3-6",complete in place per SY SY 500 B-B4 jAllowance for Unanticipated Street Improvements LS 1 $20,000 $20,000 Range 1 to 100 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade,base and surface treatment/repair using asphalt concrete(HMAC). Items B-B5 to B-B9 B-B5 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 5000 B-B6 Base Repair,Upper 2"Depth (Limestone) SY 11000 B-B7 Base Repair,Additional 1"Depth(Limestone) SY 11000 B-B8 Surface Treatment Repair Upper 2"HMAC SY 11000 B-B9 Surface Treatment Repair Additional 1"Depth HMAC SY 9000 Range 100 to 250 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade,base and surface treatment/repair using asphalt concrete(HMAC). Items B-B10 to B-B14 B-B10 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 3800 B-B11 Base Repair,Upper 2"Depth (Limestone) SY 11000 B-B12 Base Repair,Additional 1"Depth(Limestone) SY 10000 B-B13 Surface Treatment Repair Upper 2"HMAC SY 10000 B-B14 Surface Treatment Repair Additional 1"Depth HMAC SY 9000 Range 250 to 1000 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade, base and surface treatment/repair using asphalt concrete(HMAC). Items B-B15 to B-B19 B-B15 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 300 B-B16 Base Repair,Upper 2"Depth (Limestone) SY 11000 B-B17 Base Repair,Additional 1"Depth(Limestone) SY 11000 B-B18 Surface Treatment Repair Upper 2"HMAC SY 11000 B-B19 Surface Treatment Repair Additional 1"Depth HMAC SY 9000 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B-BI thru B-B19) Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B-C1 New ADA Curb Ramp:Concrete Curb Ramps,meeting SF 800 TDLR requirements,complete in place B-C2 Remove&Replace ADA curb ramp:Removal& SF 770 Replacement of ADA ramps not in compliance w/TDLR SUBTOTAL PART C-ADA IMPROVEMENTS(B-C1 THRU B-C2) ADDENDUM N0. 02 ATTACHMENT N0. 02 Bid Form PAGE 3 OF 5 00 30 01-Page 3 of 5 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Removal Replacement of Curb&Gutter,compete in B-D1 place LF 800 B D2 Removal&Replacement of driveway approaches, SF 800 complete and in place B-D3 Removal&Replacement of Sidewalks SF 800 B-D4 Storm Water Manhole Ring&Cover Adjustment,w/new Each 5 Manhole Ring and Cover Assembly w/new Concrete Height Adjustment Rings&w/Concrete Collar,complete in place SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(B-D1 THRU B-D4) Part E-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B-E1 Water Valve Adjustment w/Concrete Collar,complete in Each 5 place SUBTOTAL PART E-WATER IMPROVEMENTS(B-E1) Part F-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring&Cover Adjustment, B-F1 including New Manhole Ring&Cover Assembly w/new Each 5 HDPE Height Adjustment Rings,Stainless Steel Inflow Inhibitor and w/Concrete Collar,complete in place SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(B-F1) Base Bid-Part C(PN 19063A) Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C-A1 Mobilization(not to exceed 5%-total bid) LS 1 C-A2 Bonds and Insurance LS 1 C-A3 Traffic Control,Residential Streets Day 40 C-A4 Traffic Control,Arterial Streets Day 40 C-A5 Ozone Days Each 3 C-A6 IStorm Water Pollution Prevention I LS I 1 SUBTOTAL PART C-GENERAL(Items C-A1 thru C-A6) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C-131 JAIlowance for Unanticipated Street Improvements I LS I 1 1 $20,000 1 $20,000 Localized Pavement Structure Repairs with saw cutting existing roadway;subgrade,base and surface treatment/repair using asphalt concrete(HMAC)and concrete. Items C-132 to C-138 C-132 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 1,000 C-133 Base Repair,Upper 2"Depth (Limestone) SY 6,000 C-134 Base Repair,Additional 1"Depth(Limestone) SY 6,000 C-B5 Surface Treatment Repair Upper 2"HMAC SY 6,265 C-136 Surface Treatment Repair Additional 1"Depth HMAC SY 6,000 C-137 Concrete Street Pavement repair of crack SF Inch 200 CI-Bs JConcrete Street Pavement repair of expansion joints j SF Inch I 200 SUBTOTAL PART B-STREET IMPROVEMENTS(Items C-B2 thru C-1218) Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C-C1 New ADA Curb Ramp:Concrete Curb Ramps,meeting SF 300 TDLR requirements,complete in place C-C2 Remove&Replace ADA curb ramp:Removal& SF 300 Replacement of ADA ramps not in compliance w/TDLR SUBTOTAL PART C-ADA IMPROVEMENTS(C-C1 THRU C-C2) ADDENDUM N0. 02 Bid Form ATTACHMENT N 0. 02 00 30 01-Page 4 of 5 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 PAGE 4OF5 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Removal Replacement ot Curbu er,complete in C-D1 place LF 500 Removal Replacement ot driveway approaches, C-D2 complete and in place SF 800 C-D3 Removal&Replacement of Sidewalks SF 430 Storm Water Manhole Ring&Cover Adjustment,w/new C D4 Manhole Ring and Cover Assembly w/new Concrete Height Each 5 Adjustment Rings&w/Concrete Collar,complete in place SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(C-D1 THRU C-D4) Part E-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT&BASIS FOR PAYMENT) Water Valve Adjustment w Concrete Collar,compete in C E1 place Each 5 SUBTOTAL PART E-WATER IMPROVEMENTS(C-E1) Part F-WASTEWATER IMPROVEMENTS(SECTION 0129 01 MEASUREMENT&BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring&Cover Adjustment, including New Manhole Ring&Cover Assembly,new HDPE C F1 Each 5 Height Adjustment Rings,Stainless Steel Inflow Inhibitor and w/Concrete Collar,complete in place SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(C-F1) BID SUMMARY- PART A(PN 19061A) SUBTOTAL PART A-GENERAL(Items A-A1 thru A-A6) SUBTOTAL PART B-STREET IMPROVEMENTS(Items A-131 thru A-1324) SUBTOTAL PART C-ADA IMPROVEMENTS(Items A-C1 thru A-C2) SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items A-DI thru A-D4) SUBTOTAL PART E-WATER IMPROVEMENTS(Item A-EI) SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Item A-FI) TOTAL PROJECT BASE BID(PARTS A THRU F) BID SUMMARY- PART B(PN 19062A) SUBTOTAL PART A-GENERAL(Items B-A1 thru B-A6) SUBTOTAL PART B-STREET IMPROVEMENTS(Items B-131 thru B-1319) SUBTOTAL PART C-ADA IMPROVEMENTS(Items B-C1 thru B-C2) SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items B-D1 thru B-D4) SUBTOTAL PART E-WATER IMPROVEMENTS(Item B-EI) SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Item B-FI) TOTAL PROJECT BASE BID(PARTS A THRU F) BID SUMMARY- PART C(PN 19063A) SUBTOTAL PART A-GENERAL(Items C-A1 thru C-A6) SUBTOTAL PART B-STREET IMPROVEMENTS(Items C-131 thru C-138) SUBTOTAL PART C-ADA IMPROVEMENTS(Items C-C1 thru C-C2) SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items C-D1 thru C-D4) SUBTOTAL PART E-WATER IMPROVEMENTS(Item C-EI) SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Item C-FI) TOTAL PROJECT BASE BID(PARTS A THRU F) TOTAL PROJECT AMOUNT BID SUMMARY PARTS A,B&C ADDENDUM NO. 02 Bid Form ATTACHMENT NO. 02 003001-Page 5of5 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A PAGE 5 OF 5 Rev 10/2018 01 11 00 SUMMARY OF WORK 1. 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 Work is described in general, non-inclusive terms as: This project is an Indefinite Delivery Indefinite Quantity(IDIQ) construction contract with three (3) parts: Minor Street Pavement Repairs (Part A), Special Projects (Part B) and Street Preventative Maintenance Program Prep Work (Part C). Individual orders "Delivery Orders"will provide specific scope,time of performance and cost. The City intends to award this contract for an initial 1-year duration,with two 1-year optional renewals.The option to renew will be based on the Director of Engineering's determination,the Contractor's successful performance of the work and all Delivery Orders, and concurrence of the Contractor. The award will be$4,600,000,the bids will establish the unit pricing and basis for determining the lowest responsive and responsible bidder. The contract allows for a City-approved economic adjustment to apply to a renewal period if based upon published cost-of-construction indices acceptable to the City. Part A($1.6 mil) Work may include pavement rehabilitation/replacement, base repairs with limestone, and sub-grade Stabilization, saw cutting,crack sealing, seal coating, milling, curb&gutter, driveway replacement,curb ramps,and minor utility manhole ring&cover,valve adjustments and concrete street pavement repairs of longitudinal cracks and expansion joints. Part B ($2.5 mil) Special Projects includes projects that may fall outside the scope of Part A. The specific scope and purpose of projects vary, depending on the type of contract. Part C($500 k) SPMP Prep Work includes projects that support the Street Preventative Maintenance Program (SPMP). Work may include pavement rehabilitation/replacement, base repairs with limestone, and sub-grade Stabilization, saw cutting, crack sealing,seal coating, milling, curb&gutter, driveway replacement, curb ramps, and minor utility ADDENDUM NO.02 Summary of Work ATTACHMENT NO.03 011100- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 1 OF 2 Rev 10/2018 manhole ring&cover,valve adjustments and concrete street pavement repairs of longitudinal cracks and expansion joints. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 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. ADDENDUM NO.02 Summary of Work ATTACHMENT NO.03 011100- 2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19062A PAGE 2 OF 2 Rev 10/2018 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 Grace Paving & Construction, Inc. (type or print name of company)on: 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. To submit the original bid security or if submitting hard copy bids, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-IDIQ Minor Street Improvements FY 2019 Project No. 19061A; 19062A; 19063A 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 TO BID AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder acknowledges that Owner,at its discretion,will correct mathematical errors contained in the Bid and will conform bid items in accordance with SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT. 2.04 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. 2.05 Bidder acknowledges receipt of the following Addenda: Addendum No. Addqndum Date Signa re Ackn edging Receipt I Bid Acknowledgement Form 003000- 1 IDIQ Minor Street Improvements FY 2019,PN:19061A, 19062A,19063A Rev 10/2018 Addendum No. Adde um to Sig re Ackn wiedging Receipt A, 07J e t� ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress,and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost,progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost,progress,and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder;and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs,Bidder agrees that no further examinations,investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. Bid Acknowledgement Form 003000-2 IDIQ Minor Street Improvements FY 2019,PN:19061A;19062A; 19063A Rev 10/2018 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations,investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors,ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficientto 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. 3.13 As required by Chapter 2270, Texas Government Code, Bidder hereby verifies that it does not boycott Israel and will not boycott Israel through the term of this Contract. For purposes of this verification,"boycott Israel"means refusing to deal with,terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel,or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. 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 15.03 of SECTION 00 72 00 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, plus any combination of Add or Deduct Alternates. ARTICLE 5—EVALUATION OF BIDDERS 5.01 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 responsive, 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. Bid Acknowledgement Form 003000-3 IDI4 Minor Street Improvements FY 2019,PN:19061A;19062A;19063A Rev 10/2018 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, correct mathematical errors or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have,in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements,including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 17.16 of the General Conditions within 395 calendar days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete within the number of days indicated above in Paragraph 6.01 and will be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within the number of days indicated in Section 00 30 01 BID FORM. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. G. SECTION 00 4516 STATEMENT OF EXPERIENCE 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. Bid Acknowledgement Form 003000-4 IDIQ Minor Street Improvements FY 2019,PN:19061A;19062A;19063A Rev 10/2018 ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—ETHICAL BEHAVIOR 10.01 Bidder certifies that Bidder's officers,employees and agents will not attempt to lobby or influence a vote or recommendation related to this Bid,directly or indirectly,through any contact with City • Council members or other City officials from the date the Bid is submitted to the City until a Contract is executed by the City Manager or designee, except that comments are allowed to be made at a public meeting held under the Texas Open Meetings Act. ARTICLE 11—SIGNATORY REQUIREMENTS FOR BIDDERS 11.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 11.02 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. 11.03 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. 11.04 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. 11.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. Bid Acknowledgement Form 003000-5 IDIQ Minor Street Improvements FY 2019,PN:190614;19062A, 19063A Rev 10/2018 ARTICLE 12—BID SUBMITTAL. 12.01 This Bid is submitted by: Bidder: Grace Paving &Construction, Inc. (typed or inted full legal name of Bidder) By: o (individual's signature) Name: Eddie M. Ortiz (typed or printed) Title: President (typed or prin d) Attest: a 9��: (individ al's gnature) State of Residency: Texas Federal Tax Id. No. 74-298 0782 Address for giving notices: 4237 Baldwin Blvd. Corpus Christi, Texas 78405-3324 Phone: (361) 883-3232 Email: gracepaving@aol.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation,partnership,or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 IDIQ Minor Street Improvements FY 2019,PN:19061A;19062A; 19063A Rev 10/2018 Project IDIQ Minor Street Improvements-EY 2019 Name: Project 19061A;19062A;19063A Number: Owner: City of Corpus Christi Bidder: OAR: Designer: ECMS,LLC Felix H.Ocanas,Jr.,P.E. Basis of Bid for Parts A B& C Item DESCRIPTION UNITESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid-Part A(PIN 19061A) Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-Al Mobilization(not to exceed 5%-total bid) LS 1 $ 64,750.00 $ 64,750.00 A-A2 Bonds and Insurance LS 1 $ 26,690.00 $ 26,690.00 A-A3 Traffic Control, Residential Streets Day 250 $ 250.00 $ 62,500.00 A-A4 Traffic Control,Arterial Streets Day 75 $ 450.00 $ 33,750.00 A-A5 Ozone Days EA 5 $ 500.00 $ 2,500.00 A-A6 Storm Water Pollution Prevention LS 1 $ 1,500.00 $ 1,500.00 SUBTOTAL PART A-GENERAL(Items A-A1 thru A-A61 $ 191,690.00 Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-81 Seal Coat,per single course SY 1,600 $ 3.00 $ 4,800.00 A-82 Crack Seal,C-1"wide LF 1,000 $ 2.75 $ 2,750.00 Planing(Milling),2 1,000 to 2,000 SY minimum per A-133 Delivery Order 5Y 1,600 $ 5-00 $ 8,000.00 Planing(Milling),Additional 1"1000 to 2,000 SY A-134 minimum per Delivery Order SY 1,600 $ 3.50 $ 5,600.00 A-135 Cement Stabilized Base with 4%Cement,existing SY 704 limestone base,3-6",complete in place per SY $ 10.50 $ 7,392.00 Pot Hole Crew:Provide a 3-man pot hole repair crew to A-136 8-Hr.Day 20 include labor,materials,equipment&incidentals $ 1,500.00 $ 30,000.00 HMAC,Type material for pot hole repair,TxDFDT A-137 Standard Specification for Construction Item 340, Ton 100 including SS 1 emulsion for tack coat $ 95.00 $ 9,500.00 A-Bg AlI-Season Pre-Coated Patching mixture(ASP PM),Tx DOT Ton 100 DMS 9202.5,including SS 1 emulsion for tack coat $ 85.00 $ 8,500.00 A-138.1 Concrete Street Pavement Repair of Crack SF/Inch 200 $ 15.00 $ 3,000.00 Concrete Street Pavement Repair o A-138-2 Expansion Joints SF/Inch 200 $ 15,00 $ 3,000.00 A-89 Allowance for Unanticipated Street Improvements LS 1 1 $20,000 $20,000 Range 1 to 100 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade,base and surface treatment/repair using asphalt concrete(HMAC). Items A-1310to A-B14 A-B10 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 100 $ 15.00 $ 1,500.00 A-B11 Base Repair,Upper 2"Depth (Limestone) SY 6,400 $ 14.00 $ 89,600.00 A-1312 Base Repair,Additional 1"Depth(Limestone) SY 6,000 $ 7.00 $ 42,000.00 A-B13 Surface Treatment Repair Upper 2"HMAC SY 6,000 $ 21.00 $ 126,000.00 A-B14 Surface Treatment Repair Additional 1"Depth HIVIAC SY 5,000 $ 11.00 $ 55,000.00 Bid Form 00 30 01-Page 1 of 6 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 1DJ2018 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Range 100 to 250 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade, base and surface treatment/repair using asphalt concrete(HMAC}. Items A-615 to A-B19 A-1315 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 996 $ 15.00 $ 14,940-00 A-816 Base Repair,Upper 2" Depth (Limestone) SY 7,000 $ 14.00 $ 98,000.00 A-B17 Base Repair,Additional 1" Depth(Limestone) SY 6,000 $ 6.95 $ 41,700.00 A-B18 Surface Treatment Repair Upper 2"HMAC SY 6,000 $ 22.00 $ 132,000.00 A-B19 Surface Treatment Repair Additional 1"Depth HMAC SY 6,000 $ 11.50 $ 69,000.00 Range 250 to 1000 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade, base and surface treatment/repair using asphalt concrete(HMAQ. Items A-1320 to A-B24 A-B20 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 1,000 $ 15.00 $ 15,000.00 A-B21 Base Repair,Upper 2"Depth {Limestone) SY 6,000 $ 11.50 $ 59,000.00 A-B22 Base Repair,Additional 1°Depth(Limestone) SY 6,000 $ 7.00 $ 42,000.00 A-823 Surface Treatment Repair Upper 2"HMAC SY 6,000 $ 21.00 $ 126,000.00 A-824 Surface Treatment Repair Additional 1"Depth HMAC SY 6,000 $ 11.50 $ 69,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items A-BI thru A-B24) $ 1,093,282.00 Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-C1 New ADA Curb Ramp:Concrete Curb Ramps,meeting SF 300 TDLR requirements,complete in place $ 22.50 $ 6,750.00 A-C2 Remove&Replace ADA curb ramp:Removal& SF 300 Replacement of ADA ramps not in compliance w/TDLR $ 24.00 $ 7,200.00 SUBTOTAL PART C-ADA IMPROVEMENTS(A-Ci THRU A-C2) $ 13,950.00 Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Removal&Replacement of Curb&Gutter,complete in A D1 LF 500 place $ 23.50 $ 11,750.00 Removal&Replacement of driveway approaches, A D2 complete and in place SF 800 $ 12.50 $ 10,000.00 A-D3 Removal&Replacement of Sidewalks SF 430 $ 10.00 $ 4,300.00 Storm Water Manhole Ring&Cover Adjustment,w/new Manhole Ring and Cover Assembly w/new Concrete A-D4 Height Adjustment Rings&w/Concrete Collar,complete Each 5 in place $ 1,000.00 $ 5,000.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(A-Dl THRU A-04) $ 31,050.00 Part E-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-El Water Valve Adjustment w/Concrete Collar,complete in Each 5 place 1 $ 500.00 $ 2,500.00 SUBTOTAL PART E-WATER IMPROVEMENTS(A-E1) $ 2,560.00 Part F-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring&Cover Adjustment, A-F1 including New Manhole Ring&Cover Assembly w/new Each 5 HDPE Height Adjustment Rings,Stainless Steel Inflow inhibitor and w/Concrete Collar,complete in place $ 750.00 $ 3,750.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(A-F1) $ 3,750.(}6 Bid Form 00 30 01-Page 2 of 6 IDIQ Minor Street improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid-Part B (PN 19062A) PartA-General(perSECT[ON 0129 01 NIEASUREP,IENTAND BASIS FOR PAYMENT) B-A1 Mobilization(not to exceed 51/.-total bid) L5 1 $ 85,000.00 $ 85,000.00 B-A2 Bonds and Insurance LS 1 $ 42,470.00 $ 42,470.00 B-A3 Traffic Control,Residential Streets Day 200 $ 250.00 $ 50,400.00 B-A4 Traffic Control,Arterial Streets Day 200 $ 450.00 $ 90,000.00 B-A5 Ozone Days EA 8 $ 250.00 $ 2,000.00 B-A6 Storm Water Pollution Prevention LS 1 $ 2,000.00 $ 2,000.00 SUBTOTAL PART B-GENERAL(Items B-AS thru B-A6) $ 271,470.04 Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Planing(Milling),2"1,000 to 2,000 SY minimum per $ Bl SY 2404 $ 4.54 $ 5,000.00 Delivery Order Planing(Milling),Additional 1"1000 to 2,000 SY B-132 minimum per Delivery Order SY 2000 $ 3.00 $ 6,000.00 Cement Stabilized Base with 4%Cement,existing B 63 limestone base,3-6"",complete in place per SY SY 500 $ 10.50 $ 5,250.00 B-B4 Allowance for Unanticipated Street Improvements L5 1 $20,000 $20,000 Range i to 100 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade,base and surface treatment/repair using asphalt concrete(HMAC). Items B-65 to B-R9 B-85 I Subgrade Repair up to 4-6"Depth(lime stabilization) 5Y 5000 $ 26.00 $ 130,400.00 B-116 Base Repair,Upper 2"Depth (Limestone) SY 11000 $ 14-00 $ 154,000.00 B-B7 Base Repair,Additional 1"Depth(Limestone) SY 11000 $ 7.50 $ 82,504.00 B-B8 Surface Treatment Repair Upper 2"HMAC SY 11000 $ 22.50 $ 247,500.00 B-B9 Surface Treatment Repair Additional 1"Depth HMAC SY 9000 $ 11.50 $ 103,500.00 Range 160 to 250 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade, base and surface treatment/repair using asphalt concrete(HMAC). Items B-610 to 8614 B-B10 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 3800 $ 24,54 $ 93,100.00 B-B11 Base Repair,Upper 2" Depth (Limestone) SY 11000 $ 12.50 $ 137,500.00 B-612 Base Repair,Additional 1"Depth(Limestone) SY 10000 $ 7-50 $ 75,000.00 B-1313 Surface Treatment Repair Upper 2"HMAC SY 10000 $ 22.50 $ 225,000.00 B-B14 Surface Treatment Repair Additional 1"Depth HMAC SY 9000 $ 11.25 $ 101,250.00 Range 250 to 1000 SY-Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade, base and surface treatment/repair using asphalt concrete(HMAC). Items B-815 to B-B19 B-1315 Subgrade Repair up to 4-6"Depth(lime stabilization) SY 300 $ 24.50 $ 7,354.00 B-B16 Base Repair,Upper 2"Depth (Limestone) SY 11000 $ 14.00 $ 154,040.00 B-B17 Base Repair,Additional 1"Depth(Limestone) SY 11000 $ 7.25 $ 79,750.00 B-B18 Surface Treatment Repair Upper 2" HMAC SY 11000 $ 22.50 $ 247,500-00 B-B19 Surface Treatment Repair Additional 1"Depth HMAC 5Y 9000 $ 12.00 $ 108,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B-BI thru B-1119) $ 1,986,200.00 Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B-Cl New ADA Curb Ramp:Concrete Curb Ramps,meeting SF 800 TDLR requirements,complete in place $ 20.00 $ 16,000.00 B-C2 Remove&Replace ADA curb ramp:Removal& SF 770 Replacement of ADA ramps not in compliance w/TDLR $ 23.50 $ 18,095.00 SUBTOTAL PART C-ADA IMPROVEMENTS(B-Cl THRU B-C2) I $ 34,095.00 Bid Form 00 30 01-Page 3 of 6 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDEDAMOUNT QUANTITY Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Removalep acement o Curbutter,compete in B D1 place LF 800 $ 25.00 $ 20,000.00 Removal&Replacement of driveway approaches, ® D2 5F 800 complete and in place $ 11.50 $ 9,200.00 B-D3 Removal&Replacement of Sidewalks 5F 800 $ 10.50 $ 8,400.00 Storm Water Manhole Ring&Cover Adjustment,w/new B-D4 Manhole Ring and Cover Assembly w/new Concrete Each 5 Height Adjustment Rings&wJ Concrete Collar,complete in place $ 950-00 $ 4,750.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(B-Dl THRU B-D4) $ 42,350.00 Part E-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Water Valve Adjustment w/Concrete Collar,complete in 8 E1 place Each 5 $ 350.00 $ 1,750.00 SUBTOTAL PART E-WATER IMPROVEMENTS(B-E1) $ 1,750.00 Part F-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring&Cover Adjustment, B-F1 including New Manhole Ring&Cover Assembly w/new Each 5 HDPE Height Adjustment Rings,StaWess Steel Inflow Inhibitor and w/Concrete Collar,complete in place $ 950.00 1 $ 4,750.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(B-Fl) $ 4,750.00 Base Bid- Part C(PN 19063A) Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C-A1 Mobilization(not to exceed 5%n-total bid) LS 1 $ 20,000.00 $ 20,000.00 C-A2 Bonds and Insurance LS 1 $ 8,500.00 $ 8,500.00 C-A3 Traffic Control, Residential Streets Day 40 $ 250.00 $ 10,000.00 C-A4 Traffic Control,Arterial Streets Day 40 $ 450.00 $ 18,000.00 C-A5 Ozone Days Each 3 $ 250.00 $ 750.00 C-A6 Storm Water Pollution Prevention L5 1 $ 2,000.00 $ 2,000.00 SUBTOTAL PART C-GENERAL(Items C-A1 thru C-A61 $ 59,250.00 Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) GBl JAIlowance for Unanticipated Street Improvements I L5 1 1 $20,000 $20,000 Localized Flexible Pavement Structure Repairs with saw cutting existing roadway;subgrade,base and surface treatment/repair using asphalt concrete(HMAC). Items C-82 to C-86 C-132 ISubgrade Repair up to 4-6"Depth(lime stabilization) SY 1,000 $ 20.00 $ 20,000.00 C-83 Base Repair,Upper 2"Depth (Limestone) SY 6,000 $ 14.50 $ 87,000.00 C-B4 Base Repair,Additional 1" Depth(Limestone) SY 6,000 $ 7.00 $ 42,000.00 C-135 Surface Treatment Repair Upper 2"HMAC SY 6,265 $ 22.50 $ 140,962.50 C-136 Surface Treatment Repair Additional 1"Depth HMAC SY 6,000 $ 11.00 $ 66,000.00 C-137 Concrete Street Pavement Repair of Crack SF/Inch 200 $ 20.00 $ 4,000.00 Concrete Street Pavement Repair of C-138 Concrete 200 Expansion Joints $ 20.00 $ 4,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items C-BI thru C-B8) $383,96'2.5 Part C-ADA IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C-C1 New ADA Curb Ramp:Concrete Curb Ramps,meeting SF 300 TDLR requirements,complete in place $ 20.00 $ 6,000.00 Bid Form 00 30 01-Page 4 of 6 1DIQMinor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY C-C2 Remove&Replace ADA curb ramp:Removal& SF 300 Replacement of ADA ramps not in compliance w/TDLR $ 23.00 $ 6,900.00 SUBTOTAL PART C-ADA IMPROVEMENTS(C-C1THRU C-0) $ 12,900.00 Bid Form 00 30 01-Page 5 of 6 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 10/2018 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Kemoval&Replaicementat Lurbbutter,complete in C-D1 place LF 500 $ 23.50 $ 11,750.00 Kemoval&Keplacementat riveway approaches, C-D2 complete and in place SF 800 $ 11.50 $ 9,200.00 C-D3 Removal&Replacement of Sidewalks SF 430 $ 10.50 $ 4,515.00 Storm Water Manhole Ring K Cover Adjustment,w new Manhole Ring and Cover Assembly w/new Concrete C D4 Height Adjustment Rings&w/Concrete Collar,complete Each 5 in place $ 950.00 $ 4,750.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(C-D1 THRU C-D4) $ 30,215.00 Part E-WATER IMPROVEMENTS(per SECTION O1 29 01 MEASUREMENT&BASIS FOR PAYMENT) Water Valve Adjustment w Concrete oar,compete m C E1 EachT 5 place $ 350.00 $ 1,750A0 SUBTOTAL PART E-WATER IMPROVEMENTS(C-E1) $ 1,750.00 Part F-WASTEWATER IMPROVEMENTS(SECTION 0129 01 MEASUREMENT&BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring&Cover Adjustment, including New Manhole Ring&Cover Assembly,new C F1 HDPE Height Adjustment Rings,Stainless Steel Inflow Each 5 Inhibitor and w/Concrete Collar,complete in place $ 950.00 $ 4,750.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(C-F7.) $ 4,750.80 BID SUMMARY- PART A(PN 19061A) SUBTOTAL PART A-GENERAL(Items A-Al thru A-A6) $ 191,690.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items A-61 thru A-624) $ 1,093,282.00 SUBTOTAL PART C-ADA IMPROVEMENTS(Items A-Cl thru A-C2) $ 13,950.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items A-DI thru A-D4) $ 31,050.00 SUBTOTAL PART E-WATER IMPROVEMENTS(Item A-E1) $ 2,500.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Item A-Fl) $ 3,750.00 TOTAL PROJECT BASE BID(PARTS A THRU F) 5 1,336,222.00 BID SUMMARY- PART B (PN 19062A) SUBTOTAL PART A-GENERAL(items B-A1 thru B-A6) $ 271,470.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B-B1 thru B-1319) $ 1,986,240.00 SUBTOTAL PART C-ADA IMPROVEMENTS(Items B-Cl thru B-C2) $ 34,095.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items B-Dl thru B-D4) $ 42,350.00 SUBTOTAL PART E-WATER IMPROVEMENTS(Item 8-E1) $ 1,750.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Item 1341} $ 4,750.00 TOTAL PROJECT BASE BID(PARTS A THRU F) $ 2,340,61S.00 BID SUMMARY- PART C (PN 19063A) SUBTOTAL PART A-GENERAL(Items C-A1 thru C-A6) $ 59,250.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items C-BI thru C-B8) $383,962.5 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C-C1 thru C-C2) $ 12,900.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items C-D1 thru C-D4) $ 30,215.00 SUBTOTAL PART E-WATER IMPROVEMENTS{Item C-EI) $ 1,750.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Item C-Fl) $ 4,750.00 TOTAL PROJECT BASE BID(PARTS A THRU F) $ 492,827.50 TOTAL PROJECT AMOUNT BID SUMMARY PARTS A,B&C $ 4,169,664.50 Bid Form 00 30 01-Page 6 of 6 IDIQ Minor Street Improvements-FY 2019;PN 19061A,19062A,19063A Rev 1012018 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. O 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: Grace Paving & Construction, Inc. (typed or printed) By: A4 �� (signature—attach evidence of authority to sign) Name: Eddie M. Ortiz (typed or printed) Title: President Business address: 4237 Baldwin Blvd. Corpus Christi Texas 78405-3324 Phone: (361) 883-3232 Email: gracepaving@aol.com END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 IDIQ MINOR STREET IMPROVEMENTS-FY 2019-PN:19061A, 19062A,19063A 10/2018 00 30 05 City of Corpus Christi Disclosure of Interest 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; Grace Paving & Construction, Inc. STREET P. 0.BOX: N/A ADDRESS 4237 Baldwin Blvd. CITY: Corpus Christi STATE: Texas ZIP: 78405-3324 FIRM IS: 1. Corporation ® 2. Partnership 8 3. Sole Owner El4. Association S. Oilier 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 this, having an separate interest" constituting 3%or more of the ownership in the above named"firm.' Name N/A N/A Job Title and City Department(if known) 2. State the names of each"official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name N/A N/A Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name N/A N/A Board,Commission or Committee 4. State the names of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name N/A N/A Consultant City of Corpus Christi 00 3005—1 IDIQ MINOR STREET IMPROVEMENTS-FY2019-PN:19061A;19062A;19063A Rev 01/2016 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 is 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. 19thics 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: Eddie M. Ortiz Title: President (Type or Print) Signature of Certifying Person: Date: —7 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 00 3005—1 IDI4 MINOR STREET IMPROVEMENTS-FY2019-PN:19061A; 19062A; 19063A Rev 01/2016 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: IDIQ Minor Street Improvements FY 2019 Prolect No:19061A:19062A:19063A Bidder certifies that 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: Grace Paving & Construction, Inc. (typed or printed) By: r d (sign ure--attach evidence of authority to sign) Name: Eddie M. Ortiz (typed or printed) Title: President Business address: 4237 Baldwin Blvd. Corpus Christi, Texas 78405-3324 Phone: (361) 883-3232 Email: gracepaving@aol.com END OF SECTION Non-Collusion Certification 0030 06-1 IDIQ MINOR STREET IMPROVEMENTS-FY 2019 PN:19061A;19062A, 19063A 10/2018 004516 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,or earlier if required by the Bid Documents,to demonstrate the Bidders'responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non- responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement,prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible,the Owner may notify the next apparent low Bidders in order,who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the Information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function,their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. if the individual is not to be devoted solely to this Project,indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be Statement of Experience 00 4516-1 IDIQ Minor Street Improvements FY 2019,PN:19061A, 19062A; 19063A Rev 10j2018 considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors,experience with the submittal process,Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder"includes the firm,corporation,partnership, or other legal entity represented by the Bidder or anyone acting for such firm,corporation,partnership,or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations,fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders,final orders, and judicial final judgments. Notice of Violations and Statement of Experience 004516-2 IDIQ Minor Street Improvements FY 2019,PN:19061A, 19062A;19063A Rev 10/2018 Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code,Chapter 60.2(c)(1)and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (the `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 004516-3 IDIQ Minor Street Improvements FY 2019, PN:19061A, 19062A,19063A Rev 10/2018 TABLE 1—ORGANIZATION INFORMATION Organization doing business as: I Grace Paving&Construction, Inc. Business Address of Principal Office 4237 Baldwin Blvd. , Corpus Christi, Texas 78405-3324 Telephone No. 1 (361)883-3232 Website I N/A Form of Business(check one) IN Corporation ❑ Partnership ❑ Individual if a Corporation State of Incorporation Date of Incorporation October 13,2000 Chief Executive Officer's Name Eddie M. Ortiz President's Name Eddie M. Ortiz Vice President's Name(s) N/A Secretary's Name Eddie M. Ortiz Treasurer's Name Eddie M. Ortiz if a Partnership Date of Organization N/A rForm of Partnership: D 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 N/A 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 N/A Indicators of Organization Size Average number of current full-time employees 17 Average estimate of revenue for the current year 3 Million Statement of Experience 00 4516-4 IDIQ Minor Street Improvements FY 2019,PN:19061A;19062A; 19063A Rev 10j2018 Table i—Organization information Organization doing business as: I Grace Paving&Construction, Inc. 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 Barge Dock Improvements(REBID)Project No.3426 2018 2 IDIQ Minor St Improvements No. E17042 2017 3 IDIQ Minor St Pav Imp No. E14034 2016 4 IDIQ Minor St Pav Imp-City Imp—CityWide FY 2010-2011 E13072 Renewal#2 5 IDIQ Minor St Pav Imp7pity Wide FY 2010-2011 E12068 Renewal#1 Constructlon Site SafetV Experience Provide Bidders Experience Modification Ratio(EMR)History for the last 3 years. Provide documentation of the EMR. Year 12018 EMR 1 .80 Year 1 2017 1 EMR 1 .81 Year 12016 1 EMR ,80 Previous Bidding and Construction Experience—Answer all question Yes or No. Has Bidder or a predecessor organization been debarred within the last 10 years? List debarring entities below and provide full details in a separate attachment if yes. NO_L__ YES 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. NO X 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. NO X 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. NO X 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. NO X 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. NO X YES Statement of Experience 004516-5 IDIQ Minor Street Improvements FY 2019, PN:19061A;19062A;19063A Rev 10/2018 Statement of Experience 004516-6 IDIQ MinorStreet Improvements FY 2019,PN:19061A;19062A;19063A Rev 10/2018 Table 2—Project Information Organization doing business as: Grace Paving&Construction, Inc. 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 Eddie Ortiz Daniel Ortiz Superintendent Daniel Ortiz Eddie Ortiz Safety Manager Daniel Ortiz Eddie Ortiz Quality Control Manager Eddie Ortiz Daniel Ortiz Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Pavement rehabilitation/replacement,base repair w/limestone, Grace Paving&Construction, Inc. 100% subgrade stabilization,saw cutling,crack sealing,milling, curb/gutter,driveway replacement,curb ram s,minor utility manhole ring&cover,valve adjustments,concrete street pavement repairs of longitudinal cracks and expansion joints 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 I EMR Year EMR Year EMR Subcontractor Year I EMR Year EMR Year EMR Statement of Experience 004516-7 IDIQ Minor Street Improvements FY 2019, PN:19061A;19062A, 19063A Rev 10/2018 Table 3—Projects Awarded during the last 5 Years Organization doing business as: I Grace Paving &Construction, Inc. Project Information Project Barge Dock Improvements(REBID) Repair damaged areas and seal surface of the parking lot, Name Project No. 3426 Description I remove and replace damaged concrete-install 2"HMAQ overlay clean and seal bollards/cleats,fill underwater voids, Reference Contact Information Project Owner The City of Corpus Christi,TX Name/Title Curtis Weiss Telephone 361-563-9872 Email curtisw@cctexas.com Project Designer Victor Gutierrez, P.E. Project Budget and Performance _ Original Final Contract #Contract #Days Contract Price $ 553,199.17 Price $524,596.69 Days 90 Late 0 Issues/Claims/ Litigation: NIA Project information Project IDIQ Minor St. Pavement Improvements Name E17042 Description Pavement Repairs City Wide Reference Contact Information Project Owner The City of Corpus Christi, TX Name/Title Felix H.Ocanas Jr., P.E. Telephone 361-549-4576 Email ecros@att.net Project Designer Felix H.Ocanas Jr., P.E. Project Budget and Performance Original - Final Contract #Contract # Days Contract Price $1,900,000. 0 Price $1,900,000.00 Days 365 Late 0 Issues/Claims/ Litigation: N/A Prosect Information Project IDIQ Minor St Pavement Improvements Description Pavement Repairs City Wide Name I E14034 Reference Contact Information Project Owner The City of Corpus Christi, TX Name/Title Felix H.Ocanas Jr., P.E. Telephone 361-549-4576 Email ecros@att.net Project Designer Felix H.Ocanas Jr., P.E. Project Budget and Performance Original Final Contract #Contract # Days Contract Price $1,880,404.50 Price $1,997,009.00 Days 365 Late 0 Issues/Claims/ Litigation: N/A Statement of Experience 004516-8 IDIQ Minor Street Improvements FY 2019,PN:19061A;19062A;19063A Rev 10/2018 Table 3—Projects Awarded during the last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Grace Paving&Construction, Inc. Prosect Information Project Parking Lot and Sidewalk Improvements Parking Lot Pavement Repair,Sidewalk Repair and Name at Miller High School Description Replace Reference Contact Information Project Owner Corpus Christi Independent School District Name/Title Parking Lot and Sidewalk Improvements at Miller High School Telephone 361-854-3101 Email Urban Engineering-Contact Project Designer 1 Urban Engineering Project Budget and Performance Original Final Contract #Contract #Days Contract Price $733,802.50 Price $733,802.50 Days 60 Late 0 Issues/Claims/ N/A Litigation: Project lnformation Project Oso George Unit 1 Description Excavation, Subgrade, Flex Base,Asphalt, Curb and Gutter, Name Sidewalks Reference Contact Information Project Owner Mostaghasi Enterprises Name/Title George Mosta hasi/Owner Telephone 361-334-4241 Email mosta-qhasi@hotmaii.com Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price $504,114.10 Price $504,114.10 Days 60 Late 0 Issues/Claims/ Litigation: N/A Prosect information Project Description Excavation, Subgrade, Flex Base,Asphalt, Curb and Gutter, Name The Cottages Unit 2 Sidewalks Reference Contact Information Project Owner Yorktown Oso Joint Venture Name/Title Fred Braselton/Owner Telephone 361-991-4710 Email fred braseltonhomes.com Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price $403,010.21 Price $523,684.21 Days 65 Late 0 Issues/Claims] Litigation• N/A Statement of Experience 004516-9 IDIQ Minor Street Improvements FY 2019, PN:19061A; 19062A;19063A Rev 10/2018 Statement of Experience 004516-10 IRIQ Minor Street Improvements FY 2019,PN:19061A, 19062A,19063A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not Including City of Corpus Christi Projects Organization doing business as: Grace Paving&Construction, Inc. Project Information Project Descri tion Excavation, Subgrade, Flex Base,Asphalt, Curb and Gutter, Name Rancho Vista 11 Contract No. 1401 p Sidewalks Reference Contact information Project Owner Yorktown Oso Joint Venture Name/Title Fred Braselton/Owner Telephone 361-991-4710 Email fred@braseltonhomes.com Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price $391,983.68 Price $391,983.68 Days 48 Late 0 Issues/Claims/ Litigation: NIA Prolect Information Project Excavation, Subgrade, Flex Base,Asphalt,Curb and Gutter, Name Shoreline Oaks Unit 3 Description Sidewalks p Reference Contact Information Project Owner Max Underground Construction, LLC Name/Title Max Salinas/Owner Telephone 361-813-1178 Email max_constructionlO@yahoo.com Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price $108,080.00 Price $110,900.00 Days 60 Late 0 Issues/Claims/ Litigation: N/A Prosect information Project Description Excavation, Subgrade, Flex Base,Asphalt,Curb and Gutter, Name Improvements to London Village Sidewalks Reference Contact information Project Owner Mostaghasi Enterprises Name/Title George Mostaghasi/Owner Telephone 361-334-4241 Email mosta hasi hotmail.com Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price $181,440.00 Price $181,440.00 Days 60 Late 0 Issues/Claims/ Litigation: N/A Statement of Experience 004516-31 IDIQ Minor Street Improvements FY 2019, PN:19061A;19062A;19063A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: I Grace Paving&Construction, Inc. Bidders Safety Record and Experlence 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. NO X YES 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. NO X YES 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. NO X YES The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? Ix Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ix Yes ❑ No 3 Does the Bidder have an active construction safety training program? §1 Yes ❑ No 4 Does the Bidder,or affected subcontractor,have competent persons in the following areas(as applicable to the scope of the current Project): A. I Scaffolding o Yes o No ix N/A B. Excavation ta Yes ❑ No ❑ WA C. Cranes&Hoists ❑ Yes o No % N/A D. Electrical ❑ Yes o No iX N/A Statement of Experience 00 45 16-12 IDIQ Minor Street Improvements FY 2019, PN:19061A;19062A; 19063A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Grace Paving&Construction, Inc. E. Fall Protection y( Yes ❑ No ❑ N/A F. Confined Spaces CK Yes o No o N/A G. Material Handling m Yes o No ❑ N/A H. Demolition Ig Yes ❑ No in N/A I. Steel Erection ❑ Yes ❑ No Ig N/A J. Underground Construction m Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification System 5 ("NAICS"')Category 23 for each of the past five(5)years? Provide the Bidder's OSHA 300 t�Yes ❑ No and 300A logs for the past five(5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder's 6 NCCI workers' compensation experience rating sheets for the past five (5) years in a JQ Yes ❑ No separate attachment. Has the Bidder had any OSHA inspections within the past six (6) months? Provide 7 documentation showing the nature of the inspection,the findings,and the magnitude of o Yes tK No the issues in a separate attachment if yes. Statement of Experience 00 45 16-13 IDIQ Minor Street Improvements FY 2019,PN:19061A; 19062A; 19063A Rev 10/2018 Table 5-Demonstrated Minority,MBE,DBE Participation Organization doing business as Grace Paving&Construction, Inc. 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 Grace Paving&Construction, Inc. All work to be completed as per contract specs 100% Grace Paving&Construction, Inc.is a 100% MBE company Statement of Experience 00 45 16-14 IDIQ Minor Street Improvements FY 2019,PN:19061A;19062A;19063A Rev 10/2018 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: Grace Paving&Construction, Inc. (typed or printed) By: (individual's s(gnature) Name: Eddie M. Ortiz (typed or printed) Title: President (typed or printed) Designated Representative: Name: Eddie M. Ortiz Title: President Address: 4237 Baldwin Blvd. Corpus Christi,Texas 78405-3324 Telephone No.: (361)883-3232 Email: gracepaving@aol.com END OF SECTION Statement of Experience 004516-15 IDIQ Minor Street Improvements FY 2019,PN:1906M 19062A;19063A Rev 10/2018 the The Hanover Insurance Company 1440 Lincoln Street,Worcester,MA 01653 .� Hanover Citizens Insurance Company of America 1645 West Grand River Avenue,Howell,MI 48843 ~ Insurance GrQUPQ Massachusetts Bay Insurance Company 1440 Lincoln Street,Worcester,MA 01653 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we,the undersigned, GRACE PAVING&CONSTRUCTION INC. hereinafter called Principal,and THE HANOVER INSURANCE COMPANY,a corporation established under the laws of the State of New Hampshire, and/or MASSACHUSETTS BAY INSURANCE COMPANY, a corporation established under the laws of the State of New Hampshire and having their principal office in Worcester,Massachusetts,as Surety,hereinafter called Surety,are held and firmly bound unto my OF OF rom is cHRum as Obligee, in the penal sum of FIVE PERCENT OF THE GREATEST AMOUNT BID (5%G.A.B.) Dollars for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors administrators,successors and assigns. The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF OF CORPUS CHRISTI a certain Bid,attached hereto and hereby made a part hereof,to enter into a contract in writing for IDIQ MINOR STREET IMPROVEMENTS FY-2019-PROJECT NOS. 19061 A; 19062A& 19063A NOW,THEREFORE, (a) If said Bid shall be rejected,or in the alternate (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall fumish a bond for his faithful performance of said contract,and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void,otherwise the same shall remain in force and effect;it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,exceed the penal amount of this obligation as herein stated. The Surety,for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the Owner may accept such Bid; and Surety does hereby waive notice of any such extension. SIGNED,SEALED AND DATED this 31ST day of JULY 3 GRACE PAVING&CONSTRUCTION,INC. = e, f ` (Principaq G �~ BY 4t ❑ MASSACHUSETTS BAY INSURANCE COMPANY BY (Attorney-in-fad) • '' �l�i THE HANOVER INSURANCE COMPANY ca BY MARY E-7 MOORE (Attomey-in-fad) 141 M7(10/04) ''act, i1p,N' `•t• ' THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan,(hereinafter individually and collectively the"Company")does hereby constitute and appoint, Steve Addkison,Mary Ellen Moore,Cathleen Hayles,Aaron J. Endris and/or Tricia Balolong Of Higginbotham &Assoc. Inc. of Corpus Christi,TX each individually, if there be more than one named, as its true and lawful attomey(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,any and all surety bonds,recognizances,undertakings,or other surety obligations.The execution of such surety bonds, recognizances,undertakings or surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company,in their own proper persons.Provided however,that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States,not to exceed Thirty Million and Noll 00($30,000,000)in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company,and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attomeys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety, any and all bonds,recognizances,contracts of indemnity,waivers of citation and all otherwritings obligatory in the nature thereof,with powerto attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or Vice President in conjunction with any Vice President of the Company,shall be binding on the Companyto the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile. (Adopted October 7,1981—The Hanover Insurance Company;Adopted April 14,1982—Massachusetts Bay Insurance Company;Adopted September 7,2001—Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 171i day of February,2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS DAY INSURANCE COMPANY 0(t) CITIZENS SURANCE OMPANY OF AMERICA P Robcn Thorns.Vice Presidem THE HANOVER INSURANCE COMPANY 7Hanover A NU81 �PgEN ! SUR THE COMMONWEALTH OF MASSACHUSETTS )COUNTY OF WORCESTER )ss. I On this 171' day of February, 2016 before me came the above named Vice Presidentshe Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. -ALNo J. MARINO e01SBIRIfMrNow'i v wo ,(�/, q(r�r�Qjjjy� MY A � Ohne J.. z �o.Nolarj Public \1?C—.n—iun Eapin:JI"nh 4.2022 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,hereby certify that the above and foregoing is;a fu(l;;true and-correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attomey:are still in force and effect. GIVEN under my hand and the seals of said Companies,at Wo'rci�ster,z,Massachusetts,this 31sT day of JULY,2019 _ �- CERTIFIED COPY l Theodore G.Martinez,Via tidcnt 7 0 00 52 23 AGREEMENT This Agreement, for the Project awarded on September 24, 2019 , is between the City of Corpus Christi (Owner) and Grace Paving&Construction Inc (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: IDIQ Minor Street Improvements FY 2019 Prosect No. 19061A; 19062A; 19063A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: ECMS, LLC 5001 Oakmont Drive Corpus Christi,Tx 78413 ecros@att.net 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Assistant Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Rd-#5 Corpus Christi,TX 78413 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This contract is for an initial One-Year duration, with two One-Year optional renewals. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 395 calendar days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. Agreement 005223- 1 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $ 500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $ $500 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 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 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 Award $ 4,600,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223- 2 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, 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 17.01 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 17.16 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 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR— Contract Documents must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, documents must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; Agreement 005223-5 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 D. CITY SECRETARY for the City. [SIGNATURE PAGE TO FOLLOW] Agreement 005223-6 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 ATTEST CITY OF CORPUS CHRISTI D9011 s19-d by Rebecca H—tr ---R-1-Huetl —Ce yefC.Ip-Ch-1,—QNAa�� Van Vleck Digitally signed by Mark Van Vleck d� ema s- ,=--h@w,e---US V V V Date.2019.10.161455:41 Date:2019.10.15 16:41:50-05'00' -0500 Rebecca Huerta Mark Van Vleck City Secretary Assistant City Manager M2019-155 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 09-24-2019 D9. Kent M by ar.c Me°ya` / /� Digitally signed by RH/AB DN:—Kent d b yK o,cu, H " ? e-1=kentro @ccte.,.eom.esus Date:2019.10.16 14:18:08-05'00' Date:2019.10.15 14.59.29-05'00' Assistant City Attorney ATTEST((IF CORPORATION) CONTRACTOR DigitM i c h Ca e I O rt i Z Date:019.10.1ly signed 51y13:52 33 0Michael 500' Grace Paving & Constructio�.n} Inc Edie M.Ortiz (Seal Below) By: Eddie M. OI L�Z Datleally 019.10.1signed51y13:5049-05'00' Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 4237 Baldwin Blvd Financial Officer Address Corpus Christi, TX 78405-3324 City State Zip 361/883-3232 361 -883-1296 Phone Fax gracepaving@aol.com EMail END OF SECTION Agreement 005223-7 IDIQ Minor Street Improvements FY 2019, PN: 19061A; 19062A; 19063A Rev 10/2018 00 6113 PERFORMANCE BOND BOND NO. 1065232 Contractor as Principal Name: Grace Paving & Construction Inc Mailing address (principal place of business): 4237 Baldwin Blvd Corpus Christi, TX 78405-3324 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: Prosect No. 19061A/ 19062A/ 19063A IDIQ Minor Street Improvements FY 2019 Award Date of the Contract: September 24, 2019 Contract Price: $4,600,000.00 Bond Date of Bond: October 1.2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: The Hanover Insurance Company Mailing address (principal place of business): 10375 Richmond Avenue, Suite 1050 Houston, Texas 77042 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: New Hampshire By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-243-7072 Telephone (for notice of claim): See Attached Local Agent for Surety Name: Higginbotham Insurance Agency Address: 500 N. Shoreline Blvd., Suite 1200 Corpus Christi, Texas 78401 Telephone: 361-883-1711 Email Address: memoore@higginbotham.net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond 00 6113 -1 19061A/ 19062A/ 19063A IDIQ Minor Street Improvements FY 2019 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 sold 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 Pr' cipal Surety Signature: Mm )Z'.,-v-it Signature: riv, Name: EdC, . (� I'.1-t2 Name: M Ellen Moore "r Title: Pres I dent Title: Attorney in Fact Email Address: l'qCe,ll i' aol • Corrl Email Address: memonreohigginbotham.net (Attach Power of Attorney and place surety seal below) • END OF SECTION Performance Bond 19061A/ 19062A/ 19063A IDIQ Minor Street Improvements FY 2019 006113-2 7-8-2014 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Steve Addkison, Mary Ellen Moore, Cathleen Hayles, Aaron J. Endris and/or Tricia Balolong Of Higginbotham & Assoc. Inc. of Corpus Christi, TX each individually, if there be more than one named, as its true and lawful attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attomey limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No/100 ($30,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attomeys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 17th day of February, 2016. THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS,44SURANCE OMPANY OF AMERICA Robert Thomas. Vice President THE HANOVER INSURANCE COMPANY BA HUS - SAY -CE COMPANY CIT 8 CE • • OP AMERICA i /Wr 1 .4 ,Waw/_ On this 17th day of February, 2016 before me came the above named Vice Presidents • The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me pe onally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. Diane J. o, notary Public My Commission Expires March 4. 2022 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Baydnsurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attomey issued by said Companies, and do hereby further certify that the said PowerStoVAttor,ey are still in force and effect. r itis f},; • GIVEN under my hand and the seals of said Companies, at W.orcester, •Massafitiuset#s, this 1 STday of OCTOBER, 2019 `) C.l '` �• jT CERTIFIED COPY CJ. IMPORTANT NOTICE To obtain information or make complaint: AVISO IMPORTANTE a Para obtener informacion o para someter una queja: Usted puede Ilamar al numbeio de telefono gratis de Hanover Insurance Company para informacion or para someter una queja al: You may call Hanover Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-608-8141 You may also write: Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance at: • P.O. Box 149104 Austin, TX 78714-9104 - FAX # (512) 475-1771 Web: http:I/www.tdi.state.tx.us Email: ConsumerProtection @tdi.state.tx.us 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. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 221-4828 (7-07) 1-800-608-8141 Usted tambien puede escribir. Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 Puede communicarse 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 P.O. Box 149104 Austin, Texas 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: SI tiene una disputa concemiente a su prima o a un reciamo, debe comunicarse con el agente o la compania primero. SI no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU POLIZA: Este. aviso es solo para proposito de informacion y n se convierte en parte o condicion del documento adjunto. Hanover Insurance Group° 00 6116 PAYMENT BOND BOND NO. 1065232 Contractor as Principal Name: Grace Paving & Construction Inc Mailing address (principal place of business): 4237 Baldwin Blvd Corpus Christi, TX 78405-3324 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: Prosect No. 19061A/ 19062A/ 19063A IDIQ Minor Street Improvements FY 2019 Award Date of the Contract: September 24, 2019 Contract Price: 54,600,000.00 Bond Date of Bond: October 1. 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: The Hanover Insurance Company Mailing address (principal place of business): 10375 Richmond Avenue, Suite 1050 Houston, Texas 77042 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: New Hampshire By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-243-7072 Telephone (for notice of claim): See Attached Local Agent for Surety Name: Higginbotham Insurance Agency Address: 500 N. Shoreline Blvd., Suite 1200 Corpus Christi, Texas 78401 Telephone: 361-883-1711 Email Address: memoore@higginbotham.net The address of the surety company to which any notice of claim should be sent maybe obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form 00 6116 -1 19061A/ 19062A/ 19063A IDIQ Minor Street Improvements FY 2019 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor asP ncipal Surety Signature: r1,a-7 )2 —n , Signature: 1 A Name: Eddj e, 0 r+i _ Name: Ma len Moore Title: Re..5 j dent- Title: Attorney in Fact Email Address: Vccie, qifin1)q0/- . COM Email Address: memnnre@higginhntham.net (Attach Power of Attorney and place surety seal below) jam ,: , \ . • /.,. r � - 1.2 ��/ ')til \I `C)- END OF SECTION Payment Bond Form 19061A/ 19062A/ 19063A IDIQ Minor Street Improvements FY 2019 006116-2 7-8-2014 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Steve Addkison, Mary Ellen Moore, Cathleen Hayles, Aaron J. Endris and/or Tricia Balolong Of Higginbotham & Assoc. Inc. of Corpus Christi, TX each individually, if there be more than one named, as its true and lawful attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No/100 ($30,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981— The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 17th day of February, 2016. THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS,t►f8URANCE COMPANY OF AMERICA Robert Thomas. Vice President THE HANOVER INSURANCE B NUS BAY EN S i' CE •. CIT COMPANY CE COMPANY OF AMERICA On this 17th day of February, 2016 before me came the above named Vice Presidents • The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me pe sonally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. Diane J. o. Notary. Public My Commission Expirc March 4. 2022 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the, said Power0f7Attomey are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, -Ma.abhusetts, this 1 STday of OCTOBER, 2019 C.l V CERTIFIED COPY Theodore G. Martinez, Via President/ IMPORTANT NOTICE To obtain information or make a complaint: You may call Hanover Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-608-8141 You may also write: Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance at: • P.O. Box 149104 Austin, TX 78714-9104 - FAX # (512) 475-1771 Web: http:l/www.tdi.state.tx.us Email: ConsumerProtection @tdi.state.tx.us 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. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 221-4828 (7-07) AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numbero de telefono gratis de Hanover Insurance Company para informacion or para someter una queja al: 1-800-608-8141 Usted tambien puede escribir: Hanover insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 Puede communicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al .1-800-252-3439 Puede escribir aI Departamento de Seguros de Texas P.O. Box 149104 Austin, Texas 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtectionGtdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un reciamo, debe comunicarse con el agente o la compania primero. SI no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU POLIZA: Este. aviso es solo para proposito de informacion y n se convierte en parte o condicion del documento adjunto. Hanover Insurance Group° City of Corpus Christi P O Box 9277 Corpus Christi, TX 78469 30