Loading...
HomeMy WebLinkAboutC2020-256 - 6/9/2020 - Approved DocuSign Envelope ID:7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA ot3s cos al , SMC, PORI 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on June 9, 2020, is between the City of Corpus Christi (Owner) and Haas-Anderson Construction Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Residential Street Rebuild Program Year 2019 Project No. 18164A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi,Texas 78411 GOrtiz@hanson-inc.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Asst. Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Rd., Bldg,#5 Corpus Christi,Texas 78413 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 270 days for Base Bid E, 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 Agreement 00 52 23- 1 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT DEPARTMENT REQUEST FOR BIDS (“RFB”) RESIDENTIAL STREET REBUILD PROGRAM YEAR 2019 PROJECT No. 18164A RFB No. 2998 Release Date: March 8, 2020 CONFORMED/FINAL CONSTRUCTION DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Table of Contents Section 1 – Notice of Request for Bids ________________________________________ 1 Request for Bids ____________________________________________________________ 1 Term _____________________________________________________________________ 1 Schedule __________________________________________________________________ 2 Delivery Address and Procurement Officer _______________________________________ 2 Section 2 - Instructions to Bidders ____________________________________________ 3 2.1 Pre-bid Conference __________________________________________________________ 3 2.2 Requests for Clarification (Questions and Answers) ________________________________ 3 2.3 Bid Requirements ___________________________________________________________ 3 2.4 Requirements for Selected Bidder: _____________________________________________ 6 2.5 Submission of Bid ___________________________________________________________ 7 2.6 Evaluation Factors ___________________________________________________________ 9 2.7 Bid Acknowledgments ____________________________________________________ 9 Section 3 - Conditions Governing the Procurement __________________________ 13 3.1 RFB Procedural and Content Questions _________________________________________ 13 3.2 Basis for Bid _______________________________________________________________ 13 3.3 Terms and Conditions _______________________________________________________ 13 3.4 Signing of Bids _____________________________________________________________ 13 3.5 Cost of Bids _______________________________________________________________ 14 3.6 Ownership of Bids __________________________________________________________ 14 3.7 Disqualification or Rejection of Bids ___________________________________________ 14 3.8 Right to Waive Irregularities _________________________________________________ 15 3.9 Withdrawal of Bids _________________________________________________________ 16 3.10 Amending of Bids __________________________________________________________ 16 3.11 Bid Offer Firm _____________________________________________________________ 16 3.12 Bidder’s Qualifications ______________________________________________________ 16 3.13 Exceptions to RFB Specifications ______________________________________________ 16 3.14 Consideration of Bids _______________________________________________________ 16 3.15 City’s Reservation of Rights __________________________________________________ 16 3.16 No Obligation _____________________________________________________________ 17 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3.17 Sufficient Appropriation _____________________________________________________ 17 3.18 Recommendation for Award _________________________________________________ 17 3.19 Construction Contract _______________________________________________________ 17 3.20 Execution of Contract _______________________________________________________ 17 3.21 Disputes __________________________________________________________________ 18 3.22 Contract Term _____________________________________________________________ 18 3.23 Contractor’s Ethical Behavior _________________________________________________ 18 3.24 Use of Subcontractors _______________________________________________________ 18 3.25 Protest Procedure __________________________________________________________ 18 3.26 Insurance Requirements _____________________________________________________ 21 Section 4 - Scope of Work __________________________________________________ 22 4.1 General Requirements/Background Information _________________________________ 22 4.2 Scope of Work _____________________________________________________________ 22 4.3 Work Site and Conditions ____________________________________________________ 23 4.4 Contractor Quality Control and Superintendence _________________________________ 23 Section 5 – Bid Forms ______________________________________________________ 24 Section 6 – Construction Contract Documents (Including Plans and Specifications) _____________________________________________________________ 1 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 1 of 24 Section 1 – Notice of Request for Bids Date Issued: March 8, 2020 Request for Bids A. The City of Corpus Christi (“City” or “Owner”) hereby issues this request for bids (“RFB”). The City is seeking bids from firms interested and qualified in the construction of street improvements including pavement, sidewalks, curb and gutter, curb ramp and driveways, as outlined in the scope of work. B. The project scope includes one (1) bid set with a total of five (5) contracts which consist of pavement reconstruction and pavement rehabilitation for a total of fifty-nine (59) residential streets in various locations throughout Corpus Christi. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement improvements. The Project will be coordinated and approved by the City of Corpus Christi. If necessary, changes may be made to the street locations (e.g. adding or removing streets) in order to satisfy the overall budget. The purpose of this package is to establish unit rates for Base Bid A, Base Bid B, Base Bid C, Base Bid D, and Base Bid E – which are five (5) separate contracts. The Contractor may opt to bid on only 1 contract or multiple contracts. To be awarded multiple contracts the contractor must demonstrate that they have the capacity to work on multiple contracts simultaneously. Term The work is to be substantially completed within 490 days for Base Bid A; 490 days for Base Bid B; 520 days for Base Bid C; 270 days for Base Bid D; and 270 days for Base Bid E. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 2 of 24 Schedule The following is the schedule for this procurement: Date/Time Activity March 8, 2020 Request for Bids published March 17, 2020 at 10:00 a.m. Pre-Bid Conference March 25, 2020 by 5:00 p.m. Requests for Clarification from Bidders are due April 1, 2020 Responses to Requests for Clarification will be posted via Addendum in CivCast Wednesday, April 22, at 2:00 p.m. BIDS DUE/BID OPENING May, 2020 Projected Date Award of Contract June, 2020 Anticipated Notice to Proceed Delivery Address and Procurement Officer SYLVIA ARRIAGA - PROCUREMENT OFFICER City of Corpus Christi – Contracts and Procurement Department 1201 Leopard St., 1st Floor Corpus Christi, Texas 78401 Phone: (361) 826-3530 Fax: (361) 826-3174 SylviaA@cctexas.com DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 3 of 24 Section 2 - Instructions to Bidders 2.1 Pre-bid Conference A. A Pre-bid Conference will be held as follows: Date: Tuesday, March 17, 2020 Time: 10:00 a.m. Location: City Hall Contracts and Procurement Conference Room 1201 Leopard St. 1st Floor Corpus Christi, Texas 78401 All bidders are highly encouraged to attend this conference to learn more about the requirements of this solicitation. B. Site visit: The City will not conduct a formal site visit; however, Bidders are encouraged to visit the site on their own to acquaint themselves with the general and specific conditions under which they will be required to perform the work, and which may affect the cost of the performance of the work. 2.2 Requests for Clarification (Questions and Answers) All inquiries or requests regarding this RFB must be submitted in writing online via CivCast (https://www.civcastusa.com/bids) only using the electronic question submission feature specific to this RFB. Such inquiries or requests must be submitted by the due date and time for clarifications provided in this RFB. Any attempt to question City employees regarding this RFB outside of CivCast may result in the City disqualifying that Bidder. Only written responses in CivCast will be binding regarding inquiries requesting clarification or additional information. Written responses will be released in the form of an Addendum. Bidders must acknowledge receipt of all Addenda. 2.3 Bid Requirements A. The Bidder must have operated continuously for a minimum of 5 years as an established firm in providing construction in all areas associated with street improvements including pavement, sidewalks, curb and gutter, curb ramp and driveways. This experience must be outlined in the Statement of Experience Form provided in this RFB. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 4 of 24 B. The Bidder must not have any outstanding lawsuits nor have been involved in any lawsuits during the last five years that may materially affect its ability to provide the work described herein. Provide information on any lawsuits that would materially affect your ability to provide the work with your bid on the Statement of Experience form. C. The Bidder must not have any outstanding regulatory issues nor had any regulatory issues during the last five years that may materially affect its ability to provide the work described herein. This includes payment of all required taxes. Provide information on any outstanding regulatory issues that would materially affect your ability to provide the work with your bid on the Statement of Experience form. D. The following are requirements for bidding: 1. Statement of Experience – Bidder agrees to provide a Statement of Experience with its bid to demonstrate the Bidder’s 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 Bid being considered non-responsive. 2. Bid Security Requirements – a. 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. b. 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 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 this Section. c. Bid Bond Requirements: 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: DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 5 of 24 i. fails to enter into a contract for the Project with the Owner; or ii. fails to provide the required Performance and Payment Bonds. d. 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 lowest bidder. e. The Bid Bond must reference the Project by name. f. Bidders may provide their surety’s standard bid bond form if revised to meet these Bid Bond Requirements. g. Failure to provide an acceptable Bid Security will constitute a non- responsive Bid which will not be considered. h. Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. i. 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 Construction Contract or Amendments to the Construction Contract. 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. j. 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. 3. Conflict of Interest Questionnaire - Bidder agrees to comply with Chapter 176 of the Texas Local Government Code which requires a person who enters or seeks to enter into a contract with the City of Corpus Christi to file a Conflict of Interest Questionnaire Form (Form CIQ) with the City of Corpus Christi City Secretary’s Office, if the Bidder has certain business and/or family relationships with officers of the City of Corpus Christi or has given any gifts exceeding $100 in the aggregate to an officer or a family member of an officer. For more DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 6 of 24 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: www.cctexas.com/departments/city-secretary/conflict-disclosure 4. Disclosure of Interest - the City of Corpus Christi’s Code of Ordinances, Section 2-349, as amended, requires all persons and Bidders seeking to do business with the City to provide the Disclosure of Interest information on the City-supplied form included herewith. Every question must be answered. If the question is not applicable, answer with N/A. Bidders are obligated to provide updated information concerning the Disclosure of Interest, as warranted, for the duration of time the bids are under consideration. 5. Business Designation Form – Bidder shall complete, sign and submit the Business Designation Form in the Forms Section. The information requested is for statistical reporting purposes only. Business Designation Form must include the full legal name of the Bidder’s entity. If the name provided is a dba, the Bidder must provide a valid dba certificate. 6. Contractor’s Ethical Behavior Form - By submission of its bid, the Bidder promises that Bidder’s officers, employees, and agents will not attempt to lobby or influence a vote or recommendation related to the Bidder’s bid submitted in response to this RFB, directly or indirectly, through any contact with City Council members or other City officials between the date this RFB is released to the public and the date a Contract is executed by the City Manager or designee, except that Bidder may speak at public comment during open session of a City Council meeting. Such behavior will be cause for rejection of the Bidder’s bid at the discretion of the City Manager or designee. 7. Bid Form – Failure to provide a signed Bid Form with the Bid shall be cause to reject any Bid as non-responsive. 2.4 Requirements for Selected Bidder: A. Form 1295 “Certificate of Interested Parties” (to be submitted if chosen for award) - Bidders must comply with Government Code Section 2252.908 and submit Form 1295 “Certificate of Interested Parties” upon notification that Bidder has been recommended for award. Form 1295 requires disclosure of “interested parties” with respect to entities that enter contracts with cities. These interested parties include: 1. Persons with a “controlling interest” in the entity, which includes: DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 7 of 24 a. an ownership interest or participating interest in a business entity by virtue of units, percentage, shares, stock or otherwise that exceeds 10 percent; b. membership on the board of directors or other governing body of a business entity of which the board or other governing body is composed of not more than 10 members; or c. service as an officer of a business entity that has four or fewer officers, or service as one of the four officers most highly compensated by a business entity that has more than four officers; or 2. A person who acts as an intermediary and who actively participates in facilitating a contract or negotiating the contract with a governmental entity or state agency, including a broker, adviser, attorney or representative of or agent for the business entity who has a controlling interest or intermediary for the business entity. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. The form must then be printed, signed, and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. A sample copy of Form 1295 has been provided for reference only. B. Insurance/Payment and Performance Bonds – After award of the contract insurance certificates along with applicable Payment and Performance bonds will be required to be submitted for approval before work can begin on the project. Insurance must comply with the Insurance Requirements outlined in this RFB. Bonds must comply with Texas Government Code 2253 and be in the form approved by the City Attorney. 2.5 Submission of Bid A. BIDDER SHALL SUBMIT ITS BID, AS INSTRUCTED HEREIN. All bids must be complete and accurate and in the City-approved format specified herein. B. BIDDER SHOULD SUBMIT ITS BID EITHER ELECTRONICALLY OR IN HARD-COPY, AS INSTRUCTED IN THE RFB. IF SUBMITTING ELECTRONICALLY SUBMIT VIA CIVCAST AT: (www.civcastusa.com) C. The City’s Procurement Policy requires that all bids submitted be sealed, secret, unopened through the DUE DATE FOR BIDS specified in this RFB. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 8 of 24 Therefore, bids submitted directly to the City by facsimile machine, or e- mail will be considered non-responsive and will be eliminated from consideration. D. Bids must be received, on or before the date and time specified in this RFB. Without exception, bids received after this deadline are late, and shall be deemed non-responsive and will not be considered. The City’s Contracts and Procurement Department’s physical and electronic time stamps will govern the cutoff time for accepting bids. E. Bids should not include taxes as the City is tax exempt. The City’s Tax Exemption Certificate will be provided upon request. F. Should there be any shipping involved in this bid, shipping shall be F.O.B. destination and included in the pricing unless specifically listed as a bid item. G. Any time stated in this RFB as a number of days shall be construed as calendar days. H. If the bid indicates “or equal”, bid as specified in the RFB documents unless alternate products have been approved by the City in writing via Addendum. I. Bids submitted on other than the City’s forms or with different terms and conditions not specifically approved during the RFB process will be considered nonresponsive. J. Both hard copy and electronic bids will be publicly opened and read aloud immediately following the date, time and place bids are due. Due to concerns related to the current Covid-19 virus the public bid opening is revised from an in-person meeting to a Webex meeting only with instructions to participate as follows: Type Webex.com in your browser window When the Webex site comes up, press “Join” in the upper right of the screen Input meeting Number: 269 288 997 Input meeting password: RHnXHWtq842 To join the audio select join from your computer or use one of the selected call in numbers shown on the Webex portal after you logged in. The Bid Opening date has been changed to: Wednesday, April 22, 2020 at 2:00 p.m. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 9 of 24 2.6 Evaluation Factors The City will award a contract to the Lowest Responsive, Responsible Bidder. In determining the Lowest Responsive, Responsible Bidder, the City may take into consideration the quality of the product, the adaptability to the particular use required, and the ability, capacity, experience, efficiency and integrity of the bidders as well as their financial responsibility in accordance with the Statement of Experience. Bidders shall comply with the additional detailed instructions regarding submission of bids found in this RFB. 2.7 Bid Acknowledgments A. By submitting a Bid, Bidder makes the following acknowledgments: 1. 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. Bidder accepts all the terms and conditions of the bid documents, including those dealing with required Bonds. The Bid will remain subject to acceptance for the period of time listed in the bid documents. 3. 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. 4. 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. 5. Bidder acknowledges receipt of all addenda. 6. Bidder acknowledges that the Bidder selected for award of the Contract will be the Lowest Responsible Bidder that submits a responsive Bid. Owner DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 10 of 24 will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates. a. 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. B. By submitting a Bid, Bidder makes the following representations: 1. The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 2. 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. The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 4. 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 Technical Data related to each of these reports and drawings. 5. 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. 6. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 11 of 24 accordance with the other terms and conditions of the Contract Documents. 7. 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. 8. 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 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. 9. 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. 10. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 11. 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. 12. Bidder will complete the Work in accordance with the Contract Documents at the 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. Unit Price and figures column will be used to compute the actual Bid price, plus any combination of Add or Deduct Alternates. c. Bidder will complete the Work required to be substantially completed within the time period provided in the Construction Contract. Bidder will complete the Work required for final payment in accordance with DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 12 of 24 Paragraph 17.16 of SECTION 00 72 00 GENERAL CONDITIONS within the time period provided in the Construction Contract. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 13 of 24 Section 3 - Conditions Governing the Procurement 3.1 RFB Procedural and Content Questions A. Any Bidder requiring further clarification of the RFB procedures should submit specific requests for clarification to the Procurement Officer as described in this RFB. B. During a review of this RFB and preparation of the bid, certain errors, omissions or ambiguities may be discovered. If so, or if there are doubts or concerns about the meaning of any part of this RFB, questions should be submitted to the Procurement Officer as described in this RFB. C. Addenda will be issued to address the questions and answers along with any changes to the documents as a result of these clarifications. 3.2 Basis for Bid Only the information contained in this RFB, questions and answers, addenda hereto and information supplied by the City in writing through the Procurement Officer should be used in the preparation of the bid. 3.3 Terms and Conditions With its bid, the Bidder is committing to the terms and conditions as outlined in the Construction Contract. Any concerns over the terms and conditions must be resolved during the procurement stage through the Request for Clarification (question and answer) process. 3.4 Signing of Bids A. By submitting and signing a bid, the Bidder indicates its intention to adhere to the provisions described in this RFB. Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 14 of 24 B. 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. C. 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. D. 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. 3.5 Cost of Bids This RFB does not commit the City to pay any costs incurred by a Bidder for preparation and submission of a bid or for procuring or contracting for the items to be furnished under this RFB. All costs directly or indirectly related to preparing and responding to this RFB, including all costs incurred for supplementary documentation, shall be borne solely by the Bidder. 3.6 Ownership of Bids All documents submitted in response to this RFB shall become the property of the City. 3.7 Disqualification or Rejection of Bids Bidders may be disqualified and or have their bid rejected for any of the following reasons: 1. There is reason to believe that collusion exists among the Bidders; 2. The Bidder is involved in any litigation against the City; 3. The Bidder is in arrears on an existing contract or has defaulted on previous contracts with the City; 4. The Bidder lacks financial stability; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 15 of 24 5. The Bidder has failed to perform under previous or existing contracts with the City; 6. The Bidder has failed to use the City’s approved forms; 7. The Bidder has failed to adhere to one or more of the provisions established in this RFB; 8. The Bidder has failed to submit its bid in the format specified herein; 9. The Bidder has failed to submit its bid before the deadline established herein; 10. The Bidder has failed to adhere to generally accepted ethical and professional principles during the bid process; 11. The Bidder has failed to provide a detailed cost summary in the bid if required; 12. The Bid Form is not included or not signed by an individual empowered to bind the Bidder; 13. Failure to provide adequate Bid Security; 14. More than one Bid for the same Work form an individual, firm, partnership or corporation; 15. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable; 16. Bids received from a Bidder who has been debarred or suspended by the City; 17. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies; 18. Bids received from a Bidder identified on a list prepared and maintained by the Texas Comptroller under Chapter 2252 of the Texas Government Code; 19. Failure to submit the Statement of Experience; 20. Failure to acknowledge receipt of Addenda; 21. Bidder’s Safety Experience; or 22. Evidence of Bidder’s lack of capacity to perform the Work. 3.8 Right to Waive Irregularities Bids shall be considered “irregular” if they show any omissions, alterations of form, additions or conditions not called for, unauthorized alternate bids or irregularities of any kind. The Procurement Officer reserves the right to waive minor irregularities and mandatory requirements. This right may be exercised at the sole discretion of the Procurement Officer. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 16 of 24 3.9 Withdrawal of Bids Bids may be withdrawn by the Bidder prior to the exact hour and DUE DATE FOR BIDS. 3.10 Amending of Bids A Bidder may amend a bid prior to the exact hour and DUE DATE FOR BIDS. 3.11 Bid Offer Firm By submission of its bid, the Bidder affirms that its bid is firm for 90 days after the DUE DATE FOR BIDS and if awarded a contract the bid then remains firm for the duration of the contract. 3.12 Bidder’s Qualifications The City may make such investigations as necessary to determine the ability of the Bidder to adhere to the requirements specified herein. The Procurement Officer may reject the bid of any Bidder who is not considered to be a responsible Bidder. 3.13 Exceptions to RFB Specifications Although the specifications in the following sections represent the City’s anticipated needs, there may be instances in which it is in the City’s best interest to permit exceptions to specifications and evaluate alternatives. If the RFB specifically allows exceptions or alternates, it is vital that the Bidder make very clear where exceptions are taken to the specifications and how the Bidder will provide alternatives. Therefore, when allowed, exceptions, conditions or qualifications to the provisions of the City’s specifications must be clearly identified as such, together with reasons for taking exception and submitted as a request for clarification during the bid process. If the Bidder does not make clear that an exception is being taken, the City will assume the Bidder is, in its bid, responding to and will meet the specifications and requirements of this RFB. 3.14 Consideration of Bids Discussions may be conducted with responsible Bidders qualified to be selected for award for the purpose of clarification to assure full understanding of and responsiveness to the solicitation requirements. Until award of the Contract is made by the City, the City reserves the right to reject any or all bids, to waive technicalities, to re-advertise for new bids or to proceed with the work in any manner as may be considered in the best interest of the City. Should the City require clarification from the bidder, the City shall contact the individual named as the organization’s contact person in Bid Form. The City may elect to conduct post-submission reference checks. 3.15 City’s Reservation of Rights The City reserves the right to: DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 17 of 24 1. cancel this RFB at any time; 2. reject any or all bids submitted in response to this RFB; 3. waive any material defect, irregularity or informality in any bid or bidding procedure; 4. reissue the RFB; 5. extend the bid opening time and date or any other timelines outlined by the RFB; and procure any item by other means. 3.16 No Obligation In no manner does this RFB obligate the City or any of its agencies to the eventual services offered until confirmed by an executed written Contract. 3.17 Sufficient Appropriation Any Contract awarded as a result of this RFB process may be terminated if sufficient appropriations or authorizations do not exist. The City’s decision as to whether sufficient appropriations and authorizations are available shall be accepted by the Bidder as final. 3.18 Recommendation for Award City staff will recommend to the City Manager that award be made to the Bidder(s) whose bid is determined by the City to be the lowest, responsive, responsible bid for the City. To determine responsibility, the City may consider items such as: 1. ability, capacity, experience, efficiency and integrity of the Bidder; 2. Bidder’s financial responsibility; 3. Bidder’s past performance or relationship with the City or with other entities; 4. Bidder’s safety record; or 5. whether a Bidder is in pending litigation or is involved in a lawsuit or claim against the City 3.19 Construction Contract A copy of the Construction Contract form is attached hereto. The successful Bidder will be required to sign such Construction Contract if selected for award. The City will conform the Contract to changes made during the solicitation process prior to final execution of the Contract. 3.20 Execution of Contract The City Manager shall award or make recommendation of award to City Council of the Contract to the successful Bidder(s) and will designate the successful Bidder(s) (“Contractor”) as the City’s Provider(s). The City will require the Contractor(s) to sign the documents necessary to enter into the required Contract with the City and to provide the required bonds and the necessary DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 18 of 24 evidence of insurance as required in the Contract documents. No Contract for this project may be signed by the City without the authorization of the City Manager and/or City Council, and no Contract shall be binding on the City unless and until it has been approved as to form by the City Attorney’s Office and executed by the City Manager or designee. 3.21 Disputes In the case of any doubt or difference of opinion with regard to the items to be furnished by a Bidder or the interpretation of the provisions of this RFB, the decisions of the City shall be final and binding upon all parties. 3.22 Contract Term The contract will commence on execution of the Contract by the City and the issuance of a notice to proceed. 3.23 Contractor’s Ethical Behavior By submission of its bid, the Bidder promises that Bidder’s officers, employees, and agents will not attempt to lobby or influence a vote or recommendation related to the Bidder’s bid submitted in response to this RFB, directly or indirectly, through any contact with City Council members or other City officials between the date this RFB is released to the public and the date a Contract is executed by the City Manager or designee, except that the Bidder may speak at public comment in open session of a City Council meeting. Such behavior will be cause for rejection of the Bidder’s bid at the discretion of the City Manager or designee. 3.24 Use of Subcontractors The Bidder may use subcontractors in connection with the work performed if awarded a Contract. When using subcontractors, however, the Bidder must comply with the terms of the Construction Contract. . In using subcontractors, the Bidder is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Bidder. All requirements set forth as part of the Contract are applicable to all subcontractors and their employees to the same extent as if the Bidder and its employees had performed the services. 3.25 Protest Procedure A. These procurement protest procedures are applicable to procurement of goods or services by the City of Corpus Christi including where federal funds are used in whole or in part. These protest procedures are also made applicable to recipients awarded a grant of federal funds through the city of Corpus Christi who intend to provide such funds to sub recipients pursuant DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 19 of 24 to an approved plan, project or activity. This protest process does not create any due process rights, but is intended to allow bidders/proposers to raise concerns regarding actions taken pertaining to a bid or other form of competitive solicitation. B. The City’s Contracts and Procurement Department has the authority to settle or resolve any claim of an alleged deficiency or protest. The procedures for notifying the City of Corpus Christi of an alleged deficiency or filing a protest are listed below. If you fail to comply with any of these requirements, the Procurement Officer may dismiss your complaint or protest. C. GROUNDS FOR PROTEST Only protests alleging an issue concerning the following subjects will be considered: 1. Violation of local, state or federal regulation. 2. Issues with the solicitation document that creates an unfair advantage or unleveled playing field. 3. Errors in computing the tabulation or evaluation of a bid or proposal. 4. Discrepancies with material differences or quality of items or services D. PROTEST PROCESS 1. Prior to Bid/Proposal Due Date: If you are a prospective Bidder/Proposer and you become aware of the facts regarding what you believe is a deficiency in the solicitation or solicitation process before the Due Date for receipt of bids/proposals, you must notify the City in writing of the alleged deficiency no later than five days before the Due Date for bids/proposals, giving the City an opportunity to resolve the situation prior to the bid/proposal Due Date. 2. After Bid/Proposal Due Date: If you submit a bid/proposal to the City and you believe that there has been a deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation process or the recommended award as follows: a. You must file written notice of your intent to protest within five calendar days of the date that you know or should have known of the facts relating to the protest. If you do not file a written notice of DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 20 of 24 intent within this time, you have waived all rights to protest the solicitation process or the award. b. You must file your written protest within seven calendar days of the date that you notified the City of your intent to protest. c. You must submit your protest in writing and must include the following information: i. your name, address, telephone, and fax number; and ii. the solicitation number; and iii. a detailed statement of the factual grounds for the protest, including copies of any relevant documents; and iv. signature of the protestor and its representative and evidence of authority to sign; and v. the form of relief requested. d. Your protest must be concise and presented logically and factually to help with the City’s review. e. When the City receives a timely written protest, the Procurement Officer will determine whether the grounds for your protest are sufficient. If the Procurement Officer decides that the grounds are sufficient, the Contracts and Procurement Office will schedule a protest hearing, usually within five (5) working days. If the Procurement Officer determines that your grounds are insufficient, the City will notify you of that decision in writing. 3. Informal Protest Hearing - The protest hearing is informal and is not subject to the Open Meetings Act. The purpose of the hearing is to give you a chance to present your case, it is not an adversarial proceeding. Those who may attend from the City are: representatives from the department that requested the purchase, the Legal Department, the Contracts and Procurement Department, and other appropriate City staff. You may bring a representative or anyone else that will present information to support the factual grounds for your protest with you to the hearing. 4. Protest Decision – A written decision will usually be made within 15 calendar days after the hearing. The City will send you a copy of the DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 21 of 24 hearing decision after the appropriate City staff has reviewed the decision. City staff will inform the Bidder of the date on which the Construction Contract is set to go to City Council for award. 5. Exceptions; Restrictions – When a protest is filed, the City usually will not make an award until a decision on the protest is made. However, the City will not delay an award if the City Manager or the Procurement Officer determines that: a. the City urgently requires the supplies or services to be purchased, or b. failure to make an award promptly will unduly delay delivery or performance. In those instances, the City will notify you and make every effort to resolve your protest before the award. 6. Federal Agency Review – If applicable, every protestor must exhaust all administrative remedies with the City of Corpus Christi as are provided in this Protest Procedure before pursuing a protest to the appropriate federal agency. Reviews of protests by the federal agency are limited to: a. violations of federal law or regulations and the standards set out in the relevant regulations (44 CFR § 13.36.10, 24 CFR § 85.36(b)(12), 24 CFR § 84.41 or as otherwise may be applicable); and b. violations of the City’s Protest Procedures for failure to review a complaint or protest. Any protests received by the federal agency other than those specified above will be referred to the City for handling and resolution. 3.26 Insurance Requirements Insurance requirements will be as outlined in the Construction Contract. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 22 of 24 Section 4 - Scope of Work 4.1 General Requirements/Background Information The Contractor shall provide construction of street improvements including pavement, sidewalks, curb and gutter, curb ramp and driveways and all additional work associated with this project. 4.2 Scope of Work The project scope includes one (1) bid set with a total of five (5) contracts which consist of pavement reconstruction and pavement rehabilitation for a total of fifty- nine (59) residential streets in various locations throughout Corpus Christi. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement improvements. The Project will be coordinated and approved by the City of Corpus Christi. If necessary, changes may be made to the street locations (e.g. adding or removing streets) in order to satisfy the overall budget. The purpose of this package is to establish unit rates for Base Bid A, Base Bid B, Base Bid C, Base Bid D, and Base Bid E – which are five (5) separate contracts. The Contractor may opt to bid on only 1 contract or multiple contracts. To be awarded multiple contracts the contractor must demonstrate that they have the capacity to work on multiple contracts simultaneously. Base Bid A – includes residential street pavement reconstruction for various locations throughout Corpus Christi. This contract consists of approximately 11,665 linear feet of pavement reconstruction. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement reconstruction. The intention of this contract is to include reconstruction streets; however, streets designated for pavement reconstruction are subject to change to pavement rehabilitation based on the Geotechnical Report which has not been received at the time of this submittal. Base Bid B – includes residential street pavement reconstruction for various locations throughout Corpus Christi. This contract consists of approximately 11,575 linear feet of pavement reconstruction. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement reconstruction. The intention of this contract is to include reconstruction streets; however, streets designated for pavement reconstruction are subject to change to pavement rehabilitation based on the Geotechnical Report which has not been received at the time of this submittal. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 23 of 24 Base Bid C – includes residential street pavement reconstruction and pavement rehabilitation for various locations throughout Corpus Christi. This contract consists of approximately 19,605 total linear feet (LF) – 9,440 LF designated for pavement reconstruction and 10,165 LF designated for pavement rehabilitation. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement reconstruction/rehabilitation. Streets designated for pavement rehabilitation are subject to change to pavement reconstruction, and streets designated for pavement reconstruction are subject to change to pavement rehabilitation; this will be based on the Geotechnical Report which has not been received at the time of this submittal. Base Bid D – includes residential street pavement rehabilitation for various locations throughout Corpus Christi. This contract consists of approximately 9,885 linear feet of pavement rehabilitation. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement rehabilitation. Streets designated for pavement rehabilitation are subject to change to pavement reconstruction based on the Geotechnical Report which has not been received at the time of this submittal. Base Bid E – includes residential street pavement rehabilitation for various locations throughout Corpus Christi. This contract consists of approximately 9,105 linear feet of pavement rehabilitation. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement rehabilitation. Streets designated for pavement rehabilitation are subject to change to pavement reconstruction based on the Geotechnical Report which has not been received at the time of this submittal. 4.3 Work Site and Conditions The work shall be performed in multiple locations in Corpus Christi, Nueces County, Texas as described in the attached plans and specifications. Regular working hours are between sun-up and sun-down unless other times are specifically authorized in writing by City. 4.4 Contractor Quality Control and Superintendence The Contractor shall establish and maintain a complete Quality Management Program as per the Plans and Specifications. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 24 of 24 Section 5 – Bid Forms The Bid must consist of the following items that are to be returned by the due date specified: 1) Bid Form - Bidder is to provide on the attached Bid Form a cost per unit for each line item associated with the construction of the this street project. 2) Statement of Experience 3) Disclosure of Interest Form 4) Business Designation Form 5) Ethical Behavior Form 6) Bid Security Please refer to the “Instructions to Bidders” for more specific requirements for putting your bid together. Please note that all forms must be completed and signed. Any erasures or other changes must be initialed by the person signing the bid. In the case of a discrepancy between the unit price and total price, the unit price will be presumed to be correct and totals recalculated accordingly. Only one bid will be allowed per firm/company. Bidders should submit either electronically or hard copy as outlined in this RFB, but not both. In the event of receipt of both hard copy and electronic bids by the same company, the City will reject the bid submitted electronically. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA BID FORM PLACED HERE (PDF) Delete this page prior to conversion to PDF document. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA CITY OF CORPUS CHRISTI STATEMENT OF EXPERIENCE RFB No. 2998 RESIDENTIAL STREET REBUILD PROGRAM YEAR 2019 - PROJECT NO. 18164A 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1 - REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered responsive, the Bidder must complete and submit the Statement of Experience 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 earlier 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA ARTICLE 2 - EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder’s ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual’s time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder’s safety record. 3.02 The Bidder’s safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. “Bidder” includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. “Citations” include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA entered from an environmental protection agency for violations within the past five (5) years. 4. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA TABLE 1 – ORGANIZATION INFORMATION Organization doing business as: Business Address of Principal Office Telephone Website Form of Business (check one) ☐ Corporation ☐ Partnership ☐ Individual If a Corporation State of Incorporation Date of 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Table 1 – Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience – 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_____ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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_____ Table 2 – Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Table 3 – Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Table 3 – Projects Awarded during the Last 5 Years – Not including City of Corpus Christi Projects Issues/Claims/ Litigation: Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Table 3 – Projects Awarded during the Last 5 Years – Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Table 4 – Safety Record Questionnaire and Statement of Bidder’s Safety Experience Organization doing business as: Bidder’s Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5) years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes. The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 5 Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification System (“NAICS”) Category 23 for each of the past five (5) years? Provide the Bidder’s OSHA 300 and 300A logs for the past five (5) years in a separate attachment. □ Yes □ No 6 Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder’s NCCI workers’ compensation experience rating sheets for the past five (5) years in a separate attachment. □ Yes □ No 7 Has the Bidder had any OSHA inspections within the past six (6) months? Provide documentation showing the nature of the inspection, the findings, and the magnitude of the issues in a separate attachment if yes. □ Yes □ No DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA CERTIFICATION 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST RFB No. 2998 RESIDENTIAL STREET REBUILD PROGRAM YEAR 2019 - PROJECT NO. 18164A Corpus Christi Code § 2-349, 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 next page for Filing Requirements, Certification and Definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: STATE: ZIP: - FIRM IS: 1. Corporation 2.Partnership 3.Sole Owner 4. Association 5.Other ____________________________________ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each “employee” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Job Title and City Department (if known) 2. State the names of each “official” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Title 3. State the names of each “board member” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Board, Commission or Committee DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 4. State the names of each employee or officer of a “consultant” for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: Signature of Certifying Person: Date: DEFINITIONS DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA a. “Board member.” A member of any board, commission, or committee of the city, including the board of any corporation created by the city. 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, whether under civil service or not, including part-time employees and employees of any corporation created by the city. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT DEPARTMENT BUSINESS DESIGNATION FORM RFB No. 2998 RESIDENTIAL STREET REBUILD PROGRAM YEAR 2019 - PROJECT NO. 18164A ENSURE THIS FORM IS SUBMITTED WITH YOUR BID RESPONSE PLEASE INDICATE WHETHER YOUR COMPANY IS ANY ONE OF THE FOLLOWING: YES NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (HUB) Select all that are appropriate: ASIAN PACIFIC BLACK HISPANIC NATIVE AMERICAN WOMAN Please visit the following website for information on becoming a Texas Certified HUB: http://www.window.state.tx.us/procurement/prog/hub/ YES NO - LOCAL SMALL BUSINESS (LSB) A for-profit entity employing less than 49 employees located within the City limits of Corpus Christi, Texas YES NO OTHER (PLEASE SPECIFY): THIS COMPANY IS NOT A CERTIFIED HUB or LSB THE INFORMATION REQUESTED IN THIS FORM IS FOR STATISTICAL REPORTING PURPOSES ONLY AND WILL NOT INFLUENCE AWARD DECISIONS OR THE AMOUNT OF MONIES EXPENDED WITH ANY GIVEN COMPANY. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Firm Name: Telephone: Ext. Address: Fax: City: State: Zip: E-mail: Date: Signature of Person Authorized to Sign Form Signer’s Name: Title: (Please print or type) DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SAMPLE FORM 1295 TO BE COMPLETED ONLINE AS INSTRUCTED AND PROVIDED IF SELECTED FOR AWARD DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA CITY OF CORPUS CHRISTI Ethical Behavior Form RFB No. 2998 RESIDENTIAL STREET REBUILD PROGRAM YEAR 2019 - PROJECT NO. 18164A By submission of its bid, the Bidder promises that Bidder’s officers, employees, and agents will not attempt to lobby or influence a vote or recommendation related to the Bidder’s proposal submitted in response to this RFB, directly or indirectly, through any contact with City Council members or other City officials between the date this RFB is released to the public and the date a Contract is executed by the City Manager or designee. Such behavior will be cause for rejection of the Bidder’s bid at the discretion of the City Manager or designee. Indicate your written assurance that your Firm’s officers, employees, or agents will not attempt to lobby or influence a vote or recommendation related to the Firm’s RFB response. I, confirms no officers, employees, and/or agents will attempt to lobby or influence a vote or recommendation related to the Firm’s RFB response; directly or indirectly, through any contact with the City Council Members or other City officials between the RFB submission date and award by the City Council. Name: Title: Signature: Company: Date: DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Section 6 – Construction Contract Documents (Including Plans and Specifications) CITY OF CORPUS CHRISTI RFB No. 2998 RESIDENTIAL STREET REBUILD PROGRAM YEAR 2019 - PROJECT NO. 18164A DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA CONFORMANCE SET ASSEMBLED 04/28/2020 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Table of Contents 00 01 00 - 1 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Contracting Requirements 00 52 23 Agreement (Rev 8-2019) 00 72 00 General Conditions (Rev 8-2019) 00 73 00 Supplementary Conditions (Rev 8-2019) Division 01 General Requirements 01 11 00 Summary of Work (Rev 10-2018) 01 23 10 Alternates and Allowances (Rev 10-2018) 01 29 01 Measurement and Basis for Payment (Rev 8-2019) 01 33 01 Submittal Register (Rev 10-2018) 01 35 00 Special Procedures (Rev 10-2018) 01 50 00 Temporary Facilities and Controls (Rev 8-2019) 01 57 00 Temporary Controls (Rev 8-2019) Part S Standard Specifications 02 10 20 Site Clearing & Stripping 02 10 40 Site Grading 02 10 80 Removing Abandoned Structures 02 20 20 Excavation & Backfill for Utilities 02 20 21 Control of Ground Water 02 20 22 Trench Safety for Excavations 02 20 40 Street Excavation 02 20 80 Embankment 02 21 00 Select Material 02 24 20 Silt Fence 02 52 02 Scarifying and Reshaping Base Course 02 52 05 Pavement Repair, Curb, Gutter, Sidewalk & Driveway Replacement 02 52 08 Soil – Cement Base (S – 17) 02 52 10 Lime Stabilization 02 52 23 Crushed Limestone Flexible Base ADDENDUM NO. 1 ATTACHMENT NO. 2 SHEET 1 OF 3 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Table of Contents 00 01 00 - 2 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 Division / Section Title 02 54 04 Asphalts, Oils, & Emulsions 02 54 12 Prime Coat 02 54 14 Aggregate for Surface Treatment 02 54 18 Surface Treatment 02 54 24 Hot Mix Asphalt Concrete Pavement 02 56 08 Inlets 02 56 10 Concrete Curb & Gutter 02 56 12 Concrete Sidewalk & Driveways 02 56 14 Concrete Curb Ramps 02 56 20 Portland Cement Concrete Pavement 02 58 02 Temporary Traffic Controls During Construction 02 58 07 Pavement Markings (Paint and Thermoplastic) 02 58 13 Preformed Thermoplastic Striping, Words & Emblems 02 58 16 Raised Pavement Markers 02 58 18 Reference Specification – TX DOT DMS-4200 Pavement Markers (Reflectorized) 02 58 28 Reference Specification – TX DOT DMS-6130 Bituminous Adhesive for Pavement Markers 02 62 01 Waterline Riser Assemblies 02 62 02 Hydrostatic Testing of Pressure Systems 02 62 06 Ductile Iron Pipe & Fittings 02 62 10 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 02 62 14 Grouting Abandoned Utility Lines 02 64 02 Waterlines 02 64 04 Water Service Lines 02 64 09 Tapping Sleeves & Tapping Valves 02 64 11 Gate Valves for Waterlines 02 64 16 Fire Hydrants 02 72 02 Manholes 02 74 02 Reinforced Concrete Pipe Culverts 02 76 11 Cleaning and Televised Inspection of Conduits 02 80 40 Sodding 02 82 00 Mailbox Relocation 02 83 00 Fence Relocation 03 00 20 Portland Cement Concrete ADDENDUM NO. 1 ATTACHMENT NO. 2 SHEET 2 OF 3 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Table of Contents 00 01 00 - 3 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 Division / Section Title 03 20 20 Reinforcing Steel 03 70 40 Epoxy Compounds (S-44) 03 80 00 Concrete Structures 05 54 20 Frames, Grates, Rings, & Covers Part T Technical Specifications City Specification for Traffic Sign Blanks Appendix Title END OF SECTION ADDENDUM NO. 1 ATTACHMENT NO. 2 SHEET 3 OF 3 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 1 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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: Residential Street Rebuild Program Year 2019 Project No. 18164A ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 GOrtiz@hanson-inc.com 2.02 The Owner’s Authorized Representative for this Project is: ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 490 days for Base Bid A, 490 days for Base Bid B, 520 days for Base Bid C, 270 days for Base Bid D, and 270 days for Base Bid E 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 520 days for Base Bid A, 520 for Base Bid B, 550 days for Base Bid C, 300 days for Base Bid D, and 300 for Base Bid E after the date when the Contract Times commence to run. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 2 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones, and the dates for completion of each, are as defined in Section 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General 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 $1,125 for Base Bids A, B, and C and $970 for Base Bids D and E 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 $375 for Base Bids A, B, and C and $324 for Base Bids D and E 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 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 – CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 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 A Price $ Total Base Bid B Price $ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 3 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 Total Base Bid C Price $ Total Base Bid D Price $ Total Base Bid E 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. 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.B, 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. Invoices must comply with Article 17 of the General Conditions. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 4 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 ARTICLE 7 – CONTRACTOR’S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 5 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor’s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 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. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor’s Bid Form. 6. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 6 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 ARTICLE 10 – CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Michael Rodriguez Chief of Staff __________________________ 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 person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax Email END OF SECTION DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 1 Corpus Christi Standards - Regular Projects Rev 8/2019 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 9 1.01 Defined Terms ............................................................................................................................... 9 1.02 Terminology ................................................................................................................................ 14 Article 2 – 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 ............................................................................... 23 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 ........................................................................................................................ 28 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 2 Corpus Christi Standards - Regular Projects Rev 8/2019 6.03 Required Minimum Insurance Coverage .................................................................................... 28 6.04 General Insurance Provisions ...................................................................................................... 28 6.05 Contractor’s Insurance ................................................................................................................ 29 6.06 Property Insurance ...................................................................................................................... 32 6.07 Waiver of Rights .......................................................................................................................... 33 6.08 Owner’s Insurance for Project .................................................................................................... 33 6.09 Acceptable Evidence of Insurance .............................................................................................. 34 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 ....................................................... 35 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 ................................................................................................................. 42 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 Article 8 – 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 3 Corpus Christi Standards - Regular Projects Rev 8/2019 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 ..................................................................................................................................... 48 9.07 Modifications .............................................................................................................................. 48 9.08 Inspections, Tests, and Approvals ............................................................................................... 48 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 ........................................................................................... 49 10.04 Rejecting Defective Work........................................................................................................ 49 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 .................................................... 50 11.01 Amending and Supplementing the Contract Documents ....................................................... 50 11.02 Owner-Authorized Changes in the Work ................................................................................ 51 11.03 Unauthorized Changes in the Work ........................................................................................ 51 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 ...................................................................................................................... 54 Article 12 – 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 ................................................................................................. 56 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 4 Corpus Christi Standards - Regular Projects Rev 8/2019 12.05 Substitutions ........................................................................................................................... 56 Article 13 – 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 ......................................................................................... 60 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 .............................................................................................................................. 63 15.03 Unit Price Work ....................................................................................................................... 63 15.04 Contingencies .......................................................................................................................... 64 Article 16 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 65 16.01 Access to Work ........................................................................................................................ 65 16.02 Tests, Inspections and Approvals ............................................................................................ 65 16.03 Defective Work ....................................................................................................................... 65 16.04 Acceptance of Defective Work................................................................................................ 66 16.05 Uncovering Work .................................................................................................................... 66 16.06 Owner May Stop the Work ..................................................................................................... 67 16.07 Owner May Correct Defective Work ....................................................................................... 67 Article 17 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 68 17.01 Progress Payments .................................................................................................................. 68 17.02 Application for Payment ......................................................................................................... 70 17.03 Schedule of Values .................................................................................................................. 72 17.04 Schedule of Anticipated Payments and Earned Value ............................................................ 73 17.05 Basis for Payments .................................................................................................................. 73 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 ......................................................... 75 17.10 Responsibility of Owner’s Authorized Representative ........................................................... 76 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 5 Corpus Christi Standards - Regular Projects Rev 8/2019 17.11 Contractor’s Warranty of Title ................................................................................................ 77 17.12 Substantial Completion ........................................................................................................... 77 17.13 Partial Utilization ..................................................................................................................... 77 17.14 Final Inspection ....................................................................................................................... 78 17.15 Final Application for Payment ................................................................................................. 78 17.16 Final Payment .......................................................................................................................... 78 17.17 Waiver of Claims ..................................................................................................................... 79 17.18 Correction Period .................................................................................................................... 79 Article 18 – Suspension of Work and Termination ..................................................................................... 79 18.01 Owner May Suspend Work ..................................................................................................... 79 18.02 Owner May Terminate for Cause ............................................................................................ 80 18.03 Owner May Terminate For Convenience ................................................................................ 81 Article 19 – Project Management ............................................................................................................... 81 19.01 Work Included ......................................................................................................................... 81 19.02 Quality Assurance ................................................................................................................... 82 19.03 Document Submittal ............................................................................................................... 82 19.04 Required Permits .................................................................................................................... 82 19.05 Safety Requirements ............................................................................................................... 82 19.06 Access to the Site .................................................................................................................... 83 19.07 Contractor’s Use of Site .......................................................................................................... 83 19.08 Protection of Existing Structures and Utilities ........................................................................ 83 19.09 Pre-Construction Exploratory Excavations.............................................................................. 84 19.10 Disruption of Services/Continued Operations ........................................................................ 85 19.11 Field Measurements ............................................................................................................... 85 19.12 Reference Data and Control Points ......................................................................................... 85 19.13 Delivery and Storage ............................................................................................................... 86 19.14 Cleaning During Construction ................................................................................................. 87 19.15 Maintenance of Roads, Driveways, and Access ...................................................................... 87 19.16 Area Access and Traffic Control .............................................................................................. 88 19.17 Overhead Electrical Wires ....................................................................................................... 88 19.18 Blasting .................................................................................................................................... 88 19.19 Archeological Requirements ................................................................................................... 88 19.20 Endangered Species Resources ............................................................................................... 89 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 6 Corpus Christi Standards - Regular Projects Rev 8/2019 19.21 Cooperation with Public Agencies .......................................................................................... 89 Article 20 – Project Coordination ................................................................................................................ 89 20.01 Work Included ......................................................................................................................... 89 20.02 Document Submittal ............................................................................................................... 89 20.03 Communication During Project ............................................................................................... 89 20.04 Project Meetings ..................................................................................................................... 90 20.05 Requests for Information ........................................................................................................ 91 20.06 Decision and Action Item Log.................................................................................................. 92 20.07 Notification By Contractor ...................................................................................................... 92 20.08 Record Documents .................................................................................................................. 93 Article 21 – Quality Management ............................................................................................................... 95 21.01 Contractor’s Responsibilities .................................................................................................. 95 21.02 Quality Management Activities by OPT .................................................................................. 96 21.03 Contractor’s Use of OPT’s Test Reports .................................................................................. 97 21.04 Documentation ....................................................................................................................... 97 21.05 Standards ................................................................................................................................ 98 21.06 Delivery and Storage ............................................................................................................... 98 21.07 Verification Testing for Corrected Defects.............................................................................. 98 21.08 Test Reports ............................................................................................................................ 98 21.09 Defective Work ....................................................................................................................... 99 21.10 Limitation of Authority of Testing Laboratory ........................................................................ 99 21.11 Quality Control Plan ................................................................................................................ 99 21.12 Implement Contractor’s Quality Control Plan ...................................................................... 101 Article 22 – Final Resolution of Disputes .................................................................................................. 102 22.01 Methods and Procedures ...................................................................................................... 102 Article 23 – Minority/MBE/DBE Participation Policy ................................................................................ 102 23.01 Policy ..................................................................................................................................... 102 23.02 Definitions ............................................................................................................................. 102 23.03 Goals...................................................................................................................................... 104 23.04 Compliance............................................................................................................................ 104 Article 24 – Document Management ........................................................................................................ 104 24.01 Work Included ....................................................................................................................... 104 24.02 Quality Assurance ................................................................................................................. 104 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 7 Corpus Christi Standards - Regular Projects Rev 8/2019 24.03 Contractor’s Responsibilities ................................................................................................ 104 24.04 Document Submittal ............................................................................................................. 105 24.05 Document Numbering .......................................................................................................... 106 24.06 Document Requirements ...................................................................................................... 106 Article 25 – Shop Drawings ....................................................................................................................... 107 25.01 Work Included ....................................................................................................................... 107 25.02 Quality Assurance ................................................................................................................. 107 25.03 Contractor’s Responsibilities ................................................................................................ 108 25.04 Shop Drawing Requirements ................................................................................................ 109 25.05 Special Certifications and Reports ........................................................................................ 110 25.06 Warranties and Guarantees .................................................................................................. 110 25.07 Shop Drawing Submittal Procedures .................................................................................... 110 25.08 Sample and Mockup Submittal Procedures .......................................................................... 112 25.09 Requests for Deviation .......................................................................................................... 113 25.10 Designer Responsibilities ...................................................................................................... 113 25.11 Resubmission Requirements ................................................................................................. 115 Article 26 – Record Data ........................................................................................................................... 116 26.01 Work Included ....................................................................................................................... 116 26.02 Quality Assurance ................................................................................................................. 117 26.03 Contractor’s Responsibilities ................................................................................................ 117 26.04 Record Data Requirements ................................................................................................... 118 26.05 Special Certifications and Reports ........................................................................................ 118 26.06 Warranties and Guarantees .................................................................................................. 118 26.07 Record Data Submittal Procedures ....................................................................................... 118 26.08 Designer’s Responsibilities .................................................................................................... 120 Article 27 – Construction Progress Schedule ............................................................................................ 121 27.01 Requirements ........................................................................................................................ 121 27.02 Document Submittal ............................................................................................................. 121 27.03 Schedule Requirements ........................................................................................................ 121 27.04 Schedule Revisions ................................................................................................................ 123 27.05 Float Time.............................................................................................................................. 123 Article 28 – Video and Photographic documentation .............................................................................. 123 28.01 Work Included ....................................................................................................................... 123 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 8 Corpus Christi Standards - Regular Projects Rev 8/2019 28.02 Quality Assurance ................................................................................................................. 124 28.03 Document Submittal ............................................................................................................. 124 28.04 Photographs .......................................................................................................................... 124 28.05 Video Recording .................................................................................................................... 125 Article 29 – Execution and Closeout ......................................................................................................... 125 29.01 Substantial Completion ......................................................................................................... 125 29.02 Final Inspections.................................................................................................................... 126 29.03 Reinspection Fees ................................................................................................................. 126 29.04 Closeout Documents Submittal ............................................................................................ 126 29.05 Transfer of Utilities ............................................................................................................... 127 29.06 Warranties, Bonds and Service Agreements......................................................................... 127 Article 30 – Miscellaneous ........................................................................................................................ 128 30.01 Computation of Times........................................................................................................... 128 30.02 Owner’s Right to Audit Contractor’s Records ....................................................................... 128 30.03 Independent Contractor ....................................................................................................... 129 30.04 Cumulative Remedies ........................................................................................................... 129 30.05 Limitation of Damages .......................................................................................................... 129 30.06 No Waiver ............................................................................................................................. 129 30.07 Severability ............................................................................................................................ 129 30.08 Survival of Obligations .......................................................................................................... 129 30.09 No Third Party Beneficiaries ................................................................................................. 129 30.10 Assignment of Contract......................................................................................................... 130 30.11 No Waiver of Sovereign Immunity ........................................................................................ 130 30.12 Controlling Law ..................................................................................................................... 130 30.13 Conditions Precedent to Right to Sue ................................................................................... 130 30.14 Waiver of Trial by Jury........................................................................................................... 130 30.15 Attorney Fees ........................................................................................................................ 130 30.16 Compliance with Laws........................................................................................................... 130 30.17 Enforcement.......................................................................................................................... 131 30.18 Subject to Appropriation ....................................................................................................... 131 30.19 Contract Sum......................................................................................................................... 131 30.20 Contractor’s Guarantee as Additional Remedy .................................................................... 131 30.21 Notices. ................................................................................................................................. 131 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 9 Corpus Christi Standards - Regular Projects Rev 8/2019 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 singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 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; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 10 Corpus Christi Standards - Regular Projects Rev 8/2019 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; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 11 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 12 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 13 Corpus Christi Standards - Regular Projects Rev 8/2019 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, DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 14 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 15 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 16 Corpus Christi Standards - Regular Projects Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 17 Corpus Christi Standards - Regular Projects Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 18 Corpus Christi Standards - Regular Projects Rev 8/2019 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. The exactness of existing grades, elevations, dimensions or locations given on any Drawings issued by Designer, or the work installed by other contractors, is not guaranteed by Owner. Contractor shall, therefore, satisfy itself as to the accuracy of all grades, elevations, dimensions and locations. Any errors due to Contractor’s failure to verify at the site all such grades, elevations, dimensions or locations relating to such existing or other work shall be rectified by Contractor without any additional cost to City. 3. 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. 4. 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. 5. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 19 Corpus Christi Standards - Regular Projects Rev 8/2019 6. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer’s or OAR’s interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor’s Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 20 Corpus Christi Standards - Regular Projects Rev 8/2019 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor’s Progress A. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 21 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 22 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 23 Corpus Christi Standards - Regular Projects Rev 8/2019 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 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 24 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 25 Corpus Christi Standards - Regular Projects Rev 8/2019 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 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.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR’s issuance of OPT’s statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 26 Corpus Christi Standards - Regular Projects Rev 8/2019 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 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 27 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 28 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 29 Corpus Christi Standards - Regular Projects Rev 8/2019 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. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers’ compensation policy and Contractor’s professional liability policy. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 30 Corpus Christi Standards - Regular Projects Rev 8/2019 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 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 31 Corpus Christi Standards - Regular Projects Rev 8/2019 6. Personal injury coverage. 7. Endorsement CG 2032, “Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured” or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor’s commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1; 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, DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 32 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 33 Corpus Christi Standards - Regular Projects Rev 8/2019 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 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 may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 34 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 35 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 36 Corpus Christi Standards - Regular Projects Rev 8/2019 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers’ Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 37 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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 sunrise and sundown Monday through Saturday unless other times are specifically authorized in writing by OAR. C. Do not perform Work on a 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 38 Corpus Christi Standards - Regular Projects Rev 8/2019 Holiday Date Observed 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.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 39 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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, DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 40 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 41 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 42 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 43 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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, SUBJECT TO THE OWNER’S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER’S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE 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, (II) CONTRACTOR’S TEAM’S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS OR INTERFERENCE WITH THE WORK OF OWNER’S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER’S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER’S AND OWNER’S INDEMNITEES SOLE NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 44 Corpus Christi Standards - Regular Projects Rev 8/2019 DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER’S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR’S TEAM. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 45 Corpus Christi Standards - Regular Projects Rev 8/2019 may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner’s consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner’s Indemnitees to comply with restrictions or limitations that adversely affect Owner’s Indemnitees; b. Would require Owner’s Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner’s Indemnitees’ full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 46 Corpus Christi Standards - Regular Projects Rev 8/2019 other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor’s Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor’s Work. Contractor’s 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 47 Corpus Christi Standards - Regular Projects Rev 8/2019 Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor’s ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor’s Team damages, delays, disrupts, or interferes with the work of Owner’s employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner’s contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 48 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 49 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 50 Corpus Christi Standards - Regular Projects Rev 8/2019 ARTICLE 11 – AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 51 Corpus Christi Standards - Regular Projects Rev 8/2019 11.02 Owner-Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor’s safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 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.D 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 52 Corpus Christi Standards - Regular Projects Rev 8/2019 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; 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 53 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 54 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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 classification; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 55 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 56 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 57 Corpus Christi Standards - Regular Projects Rev 8/2019 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 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. Appealing 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. Notice of a Claim by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 14 days after the start of the event giving rise to the Claim. Failure by Contractor to submit written notice of a Claim within the required time limit shall constitute a waiver of such Claim. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 58 Corpus Christi Standards - Regular Projects Rev 8/2019 C. Submit the complete Claim with supporting documentation to Owner no later than 60 days after the start of the event giving rise to the Claim (unless Designer allows additional time for claimant to submit additional or more accurate data in support of such Claim). The Claim must be signed and sworn to by Contractor, certifying 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. Failure by Contractor to submit the Claim within the required time limit shall constitute a waiver of such Claim. D. 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. E. Claims by Owner must be submitted by written notice to Contractor. F. 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 a Time Impact Analysis and native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 59 Corpus Christi Standards - Regular Projects Rev 8/2019 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. O. 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. 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. Q. Any failure of Contractor to comply with any of the foregoing requirements and conditions precedent with regard to any such Claim shall constitute a waiver of any entitlement to submit or pursue such Claim. R. Receipt and review of a Claim by City shall not be construed as a waiver of any defenses to the Claim available to the City under the Contract Documents or at law. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 60 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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.D, 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 61 Corpus Christi Standards - Regular Projects Rev 8/2019 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 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; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 62 Corpus Christi Standards - Regular Projects Rev 8/2019 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, 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 63 Corpus Christi Standards - Regular Projects Rev 8/2019 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.C for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting 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 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 64 Corpus Christi Standards - Regular Projects Rev 8/2019 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.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 65 Corpus Christi Standards - Regular Projects Rev 8/2019 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; 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 66 Corpus Christi Standards - Regular Projects Rev 8/2019 F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. 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. 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, DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 67 Corpus Christi Standards - Regular Projects Rev 8/2019 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; 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 68 Corpus Christi Standards - Regular Projects Rev 8/2019 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; 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; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 69 Corpus Christi Standards - Regular Projects Rev 8/2019 j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; l. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re-inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 70 Corpus Christi Standards - Regular Projects Rev 8/2019 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, 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; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 71 Corpus Christi Standards - Regular Projects Rev 8/2019 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor’s safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 72 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 73 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 74 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 17.07 Alternates and Allowances A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 75 Corpus Christi Standards - Regular Projects Rev 8/2019 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 per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the set-off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 76 Corpus Christi Standards - Regular Projects Rev 8/2019 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 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; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 77 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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 part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 78 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 79 Corpus Christi Standards - Regular Projects Rev 8/2019 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.B corrected if Contractor does not comply with the terms of OAR’s instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or 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. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 80 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 81 Corpus Christi Standards - Regular Projects Rev 8/2019 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. H. In the event the Owner terminates the contract for cause, and it is later determined that cause for termination was lacking, the termination will be deemed a termination without cause under Paragraph 18.03. 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. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 82 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 83 Corpus Christi Standards - Regular Projects Rev 8/2019 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 01 57 00 TEMPORARY CONTROLS. E. Park employees’ vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately-owned land outside of the Owner’s property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 84 Corpus Christi Standards - Regular Projects Rev 8/2019 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 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 85 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 86 Corpus Christi Standards - Regular Projects Rev 8/2019 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: DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 87 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 88 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 89 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 90 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 91 Corpus Christi Standards - Regular Projects Rev 8/2019 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. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre-Installation Meetings: 1. Conduct pre-submittal and pre-installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 92 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 93 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 94 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 95 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 96 Corpus Christi Standards - Regular Projects Rev 8/2019 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; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 97 Corpus Christi Standards - Regular Projects Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 98 Corpus Christi Standards - Regular Projects Rev 8/2019 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; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 99 Corpus Christi Standards - Regular Projects Rev 8/2019 f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; l. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 100 Corpus Christi Standards - Regular Projects Rev 8/2019 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.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 101 Corpus Christi Standards - Regular Projects Rev 8/2019 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. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 102 Corpus Christi Standards - Regular Projects Rev 8/2019 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. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 103 Corpus Christi Standards - Regular Projects Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 104 Corpus Christi Standards - Regular Projects Rev 8/2019 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 1. Minority participation goal is 45%. 2. Minority Business Enterprise participation goal is 15%.. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 105 Corpus Christi Standards - Regular Projects Rev 8/2019 B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 106 Corpus Christi Standards - Regular Projects Rev 8/2019 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: DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 107 Corpus Christi Standards - Regular Projects Rev 8/2019 Document Type Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product 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 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 108 Corpus Christi Standards - Regular Projects Rev 8/2019 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; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 109 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 110 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 111 Corpus Christi Standards - Regular Projects Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 112 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 113 Corpus Christi Standards - Regular Projects Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 114 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 115 Corpus Christi Standards - Regular Projects Rev 8/2019 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.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 116 Corpus Christi Standards - Regular Projects Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 117 Corpus Christi Standards - Regular Projects Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 118 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 119 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 120 Corpus Christi Standards - Regular Projects Rev 8/2019 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.” DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 121 Corpus Christi Standards - Regular Projects Rev 8/2019 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 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. F. Schedule Work based upon a six day work week. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 122 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 123 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 124 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 125 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 126 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 127 Corpus Christi Standards - Regular Projects Rev 8/2019 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 i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds, and service agreements within 10 days after equipment or components are placed in service. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 128 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 129 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 130 Corpus Christi Standards - Regular Projects Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA General Conditions 00 72 00 - 131 Corpus Christi Standards - Regular Projects Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 1 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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 Hanson Professional Services Inc. Intertek-PSI ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR’S PROGRESS A. The allocation for delays in the Contractor’s progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 2 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 3. A total number of rain days have been set for each Contract (see below). An extension of time due to rain days will be considered only after 20 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. Base Bid A – 57 total rain days Base Bid B – 57 total rain days Base Bid C – 61 total rain days Base Bid D – 35 total rain days Base Bid E – 35 total rain days ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS 5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner. SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. 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 6. Contractual Liability $1,000,000 Per Occurrence $2,000,000 Aggregate DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 3 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury Business Automobile Liability - Owned, Non- Owned, Rented and Leased $1,000,000 Combined Single Limit Workers’ Compensation Statutory Employer’s Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor’s Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim ✓ Required ☐ Not Required Builder’s Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents ☐ Required ✓ Not Required Installation Floater Required if installing city-owned equipment Equal to Contract Price ☐ Required ✓ Not Required ARTICLE 7 – CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS A. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person 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 Sunrise to Sunset, Monday through Friday unless other times are specifically authorized in writing by OAR. SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees. ARTICLE 14 – PREVAILING WAGE RATE REQUIREMENTS DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 4 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination (WD) No Construction Type Project Type TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX29 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: TX20200021 01/03/2020 Superseded General Decision Number: TX20190021 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (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 $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 5 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting).........................$ 9.05 Concrete Finisher................$ 7.56 ELECTRICIAN......................$ 13.37 2.58 Laborers: Common......................$ 7.25 Utility.....................$ 7.68 Power equipment operators: Backhoe.....................$ 9.21 Motor Grader................$ 8.72 ---------------------------------------------------------------- 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 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 6 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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 A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 7 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 8 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION "General Decision Number: TX20200029 01/03/2020 Superseded General Decision Number: TX20190029 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 $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 9 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb...............$ 10.69 Structures..................$ 13.61 LABORER Asphalt Raker...............$ 11.67 Flagger.....................$ 8.81 Laborer, Common.............$ 10.25 Laborer, Utility............$ 11.23 Pipelayer...................$ 11.17 Work Zone Barricade Servicer....................$ 11.51 PAINTER (Structures).............$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor.........$ 14.25 Asphalt Paving Machine......$ 13.44 Mechanic....................$ 17.00 Motor Grader, Fine Grade....$ 17.74 Motor Grader, Rough.........$ 16.85 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 10 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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 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 A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 11 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 12 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 13 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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 Hanson Professional Services Inc. 361-814-9900 Gabriel Ortiz 361-960-5441 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (Wastewater Emergencies 361-826-1888) (Storm Water Hotline: 361-826-3800) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-7529 Street Department 361-826-3547 City Street Div. for Traffic Signals 361-826-2489 (361-548-6721 for emergencies) Solid Waste & Brush 361-826-2489 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 (Network Operations Center) 1-888-632-0931 CenturyLink 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 14 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 ARTICLE 25 – SHOP DRAWINGS SC-25.03 CONTRACTOR’S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 025608 Inlets 027202 Manholes 027402 Reinforced Concrete Pipe Culverts 038000 Concrete Structures 055420 Frames, Grates, Rings & Covers ARTICLE 26 – RECORD DATA SC-26.03 CONTRACTOR’S RESPONSIBILITIES Submit Record Data for the following items: Specification Section Record Data Description 022100 Select Material 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils, & Emulsions 025412 Prime Coat 025424 Hot Mix Asphalt Concrete Pavement 025620 Portland Cement Concrete Pavement 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words & Emblems 025816 Raised Pavement Markers 026206 Ductile Iron Pipe & Fittings 026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026404 Water Service Lines 026409 Tapping Sleeves & Tapping Valves 026411 Gate Valves for Waterlines 030020 Portland Cement Concrete 032020 Reinforcing Steel 037040 Epoxy Compounds (S-44) DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Supplementary Conditions 00 73 00 - 15 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 END OF SECTION DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Summary of Work 01 11 00 - 1 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 10/2018 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: This project includes one (1) bid set with a total of five (5) contracts which consist of pavement reconstruction and pavement rehabilitation for a total of fifty-nine (59) residential streets in various locations throughout Corpus Christi. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement improvements. The Project will be coordinated and approved by the City of Corpus Christi. If necessary, changes may be made to the street locations (e.g. adding or removing streets) in order to satisfy the overall budget. The purpose of this package is to establish unit rates for Base Bid A, Base Bid B, Base Bid C, Base Bid D, and Base Bid E – which are five (5) separate contracts. The Contractor may opt to bid on only 1 contract or multiple contracts. To be awarded multiple contracts, the contractor must demonstrate that they have the capacity to work on multiple contracts simultaneously. Base Bid A Base Bid A includes residential street pavement reconstruction for various locations throughout Corpus Christi. This Contract consists of approximately 11,665 linear feet of pavement reconstruction. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement reconstruction. The intention of this contracts is to include reconstruction streets; however, streets designated for pavement reconstruction are subject to change to pavement rehabilitation based on the Geotechnical Report which has not been received at the time of this submittal. Base Bid B Base Bid B includes residential street pavement reconstruction for various locations throughout Corpus Christi. This Contract consists of approximately 11,575 linear feet of pavement reconstruction. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement reconstruction. The intention of this contracts is to include reconstruction streets; however, streets designated for DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Summary of Work 01 11 00 - 2 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 10/2018 pavement reconstruction are subject to change to pavement rehabilitation based on the Geotechnical Report which has not been received at the time of this submittal. Base Bid C Base Bid C includes residential street pavement reconstruction and pavement rehabilitation for various locations throughout Corpus Christi. This Contract consists of approximately 19, 605 total linear feet (LF) – 9,440 LF designated for pavement reconstruction and 10,165 LF designated for pavement rehabilitation. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement reconstruction/ rehabilitation. Streets designated for pavement rehabilitation are subject to change to pavement reconstruction, and streets designated for pavement reconstruction are subject to change to pavement rehabilitation; this will be based on the Geotechnical Report, which has not been received at the time of this submittal Base Bid D Base Bid D includes residential street pavement rehabilitation for various locations throughout Corpus Christi. This Contract consists of approximately 9,885 linear feet of pavement rehabilitation. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement rehabilitation. Streets designated for pavement rehabilitation are subject to change to pavement reconstruction based on the Geotechnical Report, which has not been received at the time of this submittal. Base Bid E Base Bid E includes residential street pavement rehabilitation for various locations throughout Corpus Christi. This Contract consists of approximately 9,105 linear feet of pavement rehabilitation. Sidewalk, curb and gutter, curb ramp, and driveway improvements will be included in addition to pavement rehabilitation. Streets designated for pavement rehabilitation are subject to change to pavement reconstruction based on the Geotechnical Report, which has not been received at the time of this submittal. 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. Refer to the City Website for all Bond and SPMP Work 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Summary of Work 01 11 00 - 3 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 10/2018 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. City Utilities will adjust all identified gas lines inside of the Project Limits. Work is anticipated to be completed before the project begins. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Alternates and Allowances 01 23 10 - 1 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 10/2018 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. 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. 1.03 DESCRIPTION OF ALTERNATES 1. Alternate A - None DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Alternates and Allowances 01 23 10 - 2 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 10/2018 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A-A10, B-A10, C-A10, D-A10, E-A10 – Allowance for Unanticipated General Activities: 1. The sum of $10,000 to be used for the purchase of unanticipated General Activities discovered and addressed during the construction process. B. Allowance A-B39, B-B39, C-B39, D-B39, E-B39 – Allowance for Unanticipated Street Improvements: 1. The sum of $25,000 to be used for the purchase of unanticipated Street improvements discovered and addressed during the construction process. C. Allowance A-D26, B-D26, C-D26, D-D26, E-D26 – Allowance for Unanticipated Storm Water Improvements: 1. The sum of $10,000 to be used for the purchase of Storm Water improvements discovered and addressed during the construction process. D. Allowance A-E8, B-E8, C-E8, D-E8, E-E8 – Allowance for Unanticipated Water Improvements: 1. The sum of $5,000 to be used for the purchase of unanticipated Water improvements discovered and addressed during the construction process. E. Allowance A-F2, B-F2, C-F2, D-F2, E-F2 – Allowance for Unanticipated Wastewater Improvements: 1. The sum of $2,000 to be used for the purchase of unanticipated Wastewater improvements discovered and addressed during the construction process. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 1 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in 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. A list of key bid items is listed below for clarification. Not all items are listed. B. In the event that units in City Standard Construction Specifications differ from units directed in this specification, this specification shall govern. C. Bid Items A-A1, A-B1, A-C1, A-D1, A-E1, A-F1, A-G1 B-A1, B-B1, B-C1, B-D1, B-E1, B-F1, B-G1 C-A1, C-B1, C-C1, C-D1, C-E1, C-F1, C-G1 D-A1, D-B1, D-C1, D-D1, D-E1, D-F1, D-G1 E-A1, E-B1, E-C1, E-D1, E-E1, E-F1, E-G1 – Mobilization (Max 5%) 1. Include the following costs in this Bid item: DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 2 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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. 2. Measurement for payment will be made per lump sum prorated based on the value of the street. Payment will be made on the following basis: The initial monthly, per street, estimate will include 50% of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. D. Bid Items A-A2, B-A2, C-A2, D-A2, E-A2 – Bonds and Insurance 1. Payment shall include, but not be limited to, compensation for all bonds and insurance required under the Contract Documents. 2. 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. 3. Unless indicated otherwise in the Bid Form, BONDS AND INSURANCE shall be measured by the lump sum. E. Bid Items A-A3, B-A3, C-A3, D-A3, E-A3 – Storm Water Pollution Prevention Plan (SWPPP) (Per Street Segment Excluding Silt Fence and Inlet Protection) 1. Payment shall include, but not be limited to, compensation for 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 each street 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. 3. Unless indicated otherwise in the Bid Form, STORM WATER POLLUTION PREVENTION PLAN (SWPPP) (PER STREET SEGMENT EXCLUDING SILT FENCE AND INLET PROTECTION) shall be measured by each street segment. F. Bid Items A-A5, B-A5, C-A5, D-A5, E-A5 – Inlet Protection (for SWPPP) DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 3 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 1. Payment shall include, but not be limited to, compensation for furnishing, installing, maintaining, and removing inlet protection and for all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, INLET PROTECTION (FOR SWPPP) shall be measured by each protected inlet. G. Bid Items A-A6, B-A6, C-A6, D-A6, E-A6 – Ozone Action Days 1. Payment shall include, but not be limited to, compensation for the inability to work on officially announced Ozone Action Days. The Contractor shall not conduct priming or hot mix paving operations, except for repairs, on days the City Inspector has notified the Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day which priming or hot mix paving was scheduled, crews were prepared to perform this work, and the City Engineer issued ozone alert preventing this work. 2. Unless indicated otherwise in the Bid Form, OZONE ACTION DAYS shall be measured by each day. H. Bid Items A-A7, B-A7, C-A7, D-A7, E-A7 – Traffic Control (Plan Preparation) 1. Payment shall include, but not be limited to, a traffic control plan, plan updates, re- submittals, and coordination with the City Traffic Engineering and City Permitting. The traffic control plan must be prepared by a registered P.E. 2. Unless indicated otherwise in the Bid Form, TRAFFIC CONTROL (PLAN PREPARATION) shall be measured by each street segment. I. Bid Items A-A8, B-A8, C-A8, D-A8, E-A8 – Traffic Control (Mobilization, Implementation, and Adjustments) 1. Payment shall include, but not be limited to, compensation for furnishing, installing, moving, replacing, and maintaining all temporary traffic controls for each phase of construction. This includes barricades, signs, barriers, cones, lights, signals, temporary striping and markers, temporary pavements, flag-men, temporary devices, relocation of existing signs and devices, and all labor, materials, equipment, and incidentals necessary to provide a safe condition and to complete work. 2. Unless indicated otherwise in the Bid Form, TRAFFIC CONTROL (MOBILIZATION, IMPLEMENTATION, AND ADJUSTMENTS) shall be measured by each month per street segment. J. Bid Items A-A9, B-A9, C-A9, D-A9, E-A9 – Door Hangers, Printed and Delivered (2 Per Residence) 1. Payment shall include, but not be limited to, compensation for all labor, materials, equipment and incidentals necessary to complete work. The Contractor shall be responsible for preparing a notice (Door Hangers) to be approved by the (OAR) and Engineer. The Door Hangers shall provide notice of construction and possible disruptions in services of Utilities, roads, access, etc. The resident should be made aware that although the work will occur in the City R.O.W., transitions into private property may be required. The Door Hangers shall include dates and phone numbers to contact in case of any emergency or questions. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 4 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 2. Unless indicated otherwise in the Bid Form, DOOR HANGERS, PRINTED AND DELIVERED (2 PER RESIDENCE) shall be measured by each hanger printed and delivered. K. Bid Items A-B2, B-B2, C-B2, D-B2, E-B2 – Removal and Disposal of Existing Top Layer of Pavement Asphalt (0-2 inch) 1. Payment shall include, but not be limited to, compensation for all labor, materials, equipment and incidentals necessary to complete 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. In areas where a new HMAC surface will be placed, sweeping will be considered subsidiary. 2. Additional unforeseen pavement over 2 inches will be paid for through Bid Item B3. 3. Unless indicated otherwise in the Bid Form, REMOVAL AND DISPOSAL OF EXISTING TOP LAYER OF PAVEMENT ASPHALT (0-2 INCH) shall be measured by the square yard for the thickness and to the limits shown on the plans. L. Bid Items A-B3, B-B3, C-B3, D-B3, E-B3 – Rehabilitation - Removal and Disposal of Existing Top Layer of Pavement Asphalt 1. Payment shall include, but not be limited to, compensation for all labor, materials, equipment and incidentals necessary to complete 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. 2. This bid item is intended to be used on streets with a proposed pavement rehabilitation section. During construction, additional pavement may be required to be removed during the milling process; base material may also need to be removed in order to accommodate a thicker pavement section. This bid item also includes any unforeseen extra pavement (over 2 inches) that could not be included in Bid Item B2. 3. Unless indicated otherwise in the Bid Form, REHABILITATION - REMOVAL AND DISPOSAL OF EXISTING TOP LAYER OF PAVEMENT ASPHALT shall be measured by the square yard-inch to the limits shown on the plans. M. Bid Items A-B4, B-B4, C-B4, D-B4, E-B4 – Rehabilitation - Surface Preparation 1. Payment shall include, but not be limited to, compensation for all labor, materials, equipment and incidentals necessary to complete work. 2. This bid item is intended to be used on streets with a proposed pavement rehabilitation section. Once the asphalt pavement is removed, items such as proof rolling, finish grading, and moisturization may be required before placing the new asphalt surface. 3. Unless indicated otherwise in the Bid Form, REHABILITATION - SURFACE PREPARATION shall be measured by the square yard. The surface preparation shall be maintained until asphalt is placed to the limits shown on the plans. N. Bid Items A-B9, B-B9, C-B9, D-B9, E-B9 – Crushed Limestone Base (Type A, Grade 1-2) 1. Payment shall include, but not be limited to, compensation for furnishing, shaping, mixing, grading, placing, compacting and reworking the material; temporary DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 5 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 stockpiling, loading, hauling, and delivery of materials; and for all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, CRUSHED LIMESTONE BASE (TYPE A, GRADE 1-2) shall be measured by the square yard-inch to the limits shown on the plans. O. Bid Items A-B10, B-B10, C-B10, D-B10, E-B10 – Tensar Geogrid (TX5) 1. Payment shall include, but not be limited to, compensation for furnishing and installing Geogrid; and for all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, TENSAR GEOGRID (TX5) shall be measured by the square yard to the limits shown on the plans. P. Bid Items A-B12, B-B12, C-B12, D-B12, E-B12 – 12 inch Moisture Conditioned Compacted Subgrade. 1. Payment shall include, but not be limited to, compensation for shaping, mixing, pulverizing, compacting, and maintaining existing material; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, 12 INCH MOISTURE CONDITION COMPACTED SUBGRADE shall be measured by the square yard to the limits shown on the plans. Q. Bid Items A-B14, B-B14, C-B14, D-B14, E-B14 – Rehabilitation - Cement Treated Base and Subgrade (min 4”) 1. Payment shall include, but not be limited to, compensation for shaping, mixing, compacting, and maintaining existing; loading, hauling, and salvaging or disposing of the material; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, REHABILITATION - CEMENT TREATED BASE AND SUBGRADE (MIN 4”) shall be measured by the square yard-inch to the limits shown on the plans. R. Bid Items A-B15, B-B15, C-B15, D-B15, E-B15 – Reconstruction - Street Excavation (0-12 inch) 1. Payment shall include, but not be limited to, compensation for reshaping existing material for proposed grade changes and for all labor, materials, equipment and incidentals necessary to complete 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. 2. Unless indicated otherwise in the Bid Form, STREET EXCAVATION (0-12 INCH) shall be measured by the square yard for the thickness and to the limits shown on the plans. S. Bid Items A-B16, B-B16, C-B16, D-B16, E-B16 – Reconstruction - Street Excavation (12-24 inch) 1. Payment shall include, but not be limited to, compensation for reshaping existing material for proposed grade changes; and for all labor, materials, equipment and DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 6 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 incidentals necessary to complete 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. 2. Unless indicated otherwise in the Bid Form, RECONSTRUCTION- STREET EXCAVATION (12-24 INCH) shall be measured by the square yard for the thickness and to the limits shown on the plans. T. Bid Items A-B17, B-B17, C-B17, D-B17, E-B17 – Rehabilitation - Full Depth Repair 1. Payment shall include, but not be limited to, compensation for 8” crushed limestone base and 12” compacted subgrade; loading, hauling, and salvaging or disposing of the material; and all labor, materials, equipment and incidentals necessary to complete work. 2. This bid item is intended to be used for streets designated for pavement rehabilitation, in the event that proof rolling reveals areas that require spot full depth repair. 3. Unless indicated otherwise in the Bid Form, REHABILITATION-FULL DEPTH REPAIR shall be measured by the square yard to the limits shown on the plans. U. Bid Items A-B18, B-B18, C-B18, D-B18, E-B18 – Pavement Repair 1. Payment shall include, but not be limited to, compensation for removing and replacing asphalt pavement; loading, hauling, and salvaging or disposing of the material; and all labor, materials, equipment and incidentals necessary to complete work. 2. This bid item is intended to be used in areas outside of the project limits. Typically, pavement repair is a minimum of 2’ wide and is used for curb ramps and utility repairs. 3. Unless indicated otherwise in the Bid Form, PAVEMENT REPAIR shall be measured by the square foot of surface area removed to the limits shown on the plans. V. Bid Items A-B20, B-B20, C-B20, D-B20, E-B20 – Concrete Driveway Demolition 1. Payment shall include, but not be limited to, compensation for removing all materials, including all reinforcing steel and expansion joint materials; breaking of concrete; full depth saw cutting; loading, hauling and salvaging or disposing of the material; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, CONCRETE DRIVEWAY DEMOLITION shall be measured by the square foot to the limits shown on the plans. W. Bid Items A-B22, B-B22, C-B22, D-B22, E-B22 – Adjustment of Existing Manhole Ring\ Cover in Roadway (Sewer, Storm) 1. Payment shall include, but not be limited to, compensation for all labor, materials, equipment and incidentals necessary to complete work as shown on the plans. 2. Unless indicated otherwise in the Bid Form, ADJUSTMENT OF EXISTING MANHOLE RING\ COVER IN ROADWAY (SEWER, STORM) shall be measured by each adjusted manhole as shown on the plans. X. Bid Items A-B24, B-B24, C-B24, D-B24, E-B24 – Speed Table/ Speed Hump DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 7 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 1. Payment shall include, but not be limited to, compensation for preparing, sweeping and placing all materials including tack coat and thermoplastic markings; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, SPEED TABLE/ SPEED HUMP shall be measured by each as shown on the plans. Y. Bid Items A-B27, B-B27, C-B27, D-B27, E-B27 – New Regulatory Signage 1. Payment shall include, but not limited to, compensation for furnishing, providing anti- graffiti coating, fabricating, galvanizing and erecting the sign support assemblies including furnishing complete signs, sign connections and all hardware, labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, NEW REGULATORY SIGNAGE shall be measured by each sign as shown on the plans. Z. Bid Items A-B28, B-B28, C-B28, D-B28, E-B28 – New Street Blade Name Signs 1. Payment shall include, but not limited to, compensation for furnishing and installing new street blade name signs (9” X 30”) with metal pole and foundation system and all hardware, labor, materials, equipment and incidentals necessary to complete work. Work shall also include dead end signage (W14-1-30). 2. Unless indicated otherwise in the Bid Form, NEW STREET BLADE NAME SIGNS shall be measured by each sign as shown on the plans. AA. Bid Items A-B29, B-B29, C-B29, D-B29, E-B29 – Relocation of Existing Signage 1. Payment shall include, but not be limited to, compensation for removing and relocating existing sign and sign support (pole) assemblies and all hardware, labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, RELOCATION OF EXISTING SIGNAGE shall be measured by each sign support (pole) assembly relocated as shown on the plans. BB. Bid Items A-B30, B-B30, C-B30, D-B30, E-B30 – Removal of Existing Signage 1. Payment shall include, but not limited to, compensation for removing and disposing existing sign(s) and sign support (pole) assembly; and all hardware, labor, materials, equipment, and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, REMOVAL OF EXISTING SIGNAGE shall be measured by each sign support (pole) assembly removed as shown on the plans. CC. Bid Items A-B31, B-B31, C-B31, D-B31, E-B31 – Sign Support Assembly (Wedge Anchor Steel System) 1. Payment shall include, but not be limited to, compensation for furnishing and installing all wedge anchor steel systems; and all hardware, labor, materials, equipment and incidentals necessary to complete work. 2. This bid item is intended for signs located at intersections of local residential streets. 3. Unless indicated otherwise in the Bid Form, SIGN SUPPORT ASSEMBLY (WEDGE ANCHOR STEEL SYSTEM) shall be measured by each installed system as shown on the plans. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 8 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 DD. Bid Items A-B32, B-B32, C-B32, D-B32, E-B32 – Sign Support Assembly (Triangular Slipbase System) 1. Payment shall include, but not be limited to, compensation for furnishing and installing all triangular slipbase systems; and all hardware, labor, materials, equipment and incidentals necessary to complete work. 2. This bid item is intended for signs located at intersections of collector or arterial roads. 3. Unless indicated otherwise in the Bid Form, SIGN SUPPORT ASSEMBLY (TRIANGULAR SLIPBASE SYSTEM) shall be measured by each installed system as shown on the plans. EE. Bid Items A-B33, B-B33, C-B33, D-B33, E-B33 – Remove and Replace Existing Mailbox 1. Payment shall include, but not be limited to, compensation for removing, salvaging, and replacing existing mailboxes; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, REMOVE AND REPLACE EXISTING MAILBOX shall be measured by each mailbox removed and replaced as shown on the plans. FF. Bid Items A-B34, B-B34, C-B34, D-B34, E-B34 – Sodding, Clearing and Grading 1. Payment shall include, but not be limited to, compensation for all labor, materials, equipment and incidentals necessary to complete work. Work shall include: excavation of roots, stumps, grasses, and other items far enough below ground to not effect construction; the transportation, storing, placing, and watering of sod application or fertilizer; and backfill and grading which will be required to provide positive drainage and appropriate slope, as specified on the demolition plan. 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. 2. Unless indicated otherwise in the Bid Form, SODDING, CLEARING AND GRADING shall be measured by the square yard to the limits shown on the plans. GG. Bid Items A-B35, B-B35, C-B35, D-B35, E-B35 – Water Service Line Adjustments 1. Payment shall include, but not be limited to, compensation for furnishing and installing all pipes, connection to existing tap and meter, temporary pavement, traffic control, trenching, trench safety, boring\jetting\jacking\tunneling under existing curb and gutter and sidewalks as required to make connection to existing service, flushing; and all labor, materials, equipment and incidentals necessary to provide service reconnection. A minimum length of 10 linear feet will be paid if the connection is shorter than 10’. 2. Unless indicated otherwise in the Bid Form, WATER SERVICE LINE ADJUSTMENTS shall be measured by the linear foot to the limits shown on the plans. HH. Bid Items A-C3, B-C3, C-C3, D-C3, E-C3 – Sidewalk Demolition 1. Payment shall include, but not be limited to, compensation for removing all materials, including all reinforcing steel and expansion joint materials; breaking of the concrete; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 9 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 full depth saw cutting; loading, hauling and salvaging or disposing of the material; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, SIDEWALK DEMOLITION shall be measured by the square foot of surface area removed to the limits shown on the plans. II. Bid Items A-D2, B-D2, C-D2, D-D2, E-D2 – Demolition of Existing Inlet (0 – 5 Feet Deep) 1. Payment shall include, but not be limited to, compensation for removing all materials, including all reinforcing steel and expansion joint materials; breaking of the concrete; full depth saw cutting; loading, hauling and salvaging or disposing of the material; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, DEMOLITION OF EXISTING INLET (0 – 5 FEET DEEP) shall be measured by each inlet removed to the limits shown on the plans. JJ. Bid Items A-D3, B-D3, C-D3, D-D3, E-D3 – Existing Curb Inlet Top Adjustment (Remove and Replace, 5’ Throat Typ.) 1. Payment shall include, but not limited to, compensation for furnishing all concrete, reinforcing steel, mortar, castings, frames, grates, rings and covers; removing all materials including all reinforcing steel and expansion joint materials; breaking of the concrete; full depth saw cutting; loading, hauling and salvaging or disposing of the material; and for all other labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, EXISTING CURB INLET TOP ADJUSTMENT (REMOVE AND REPLACE, 5’ THROAT TYP.) shall be measured by each inlet top to the limits shown on the plans. KK. Bid Items A-D11, B-D11, C-D11, D-D11, E-D11 – Curb and Gutter Demolition (4-inch, 6- inch and Driveway) 1. Payment shall include, but not be limited to, compensation for removing all materials, including all reinforcing steel and expansion joint materials; breaking of the concrete; full depth saw cutting; loading, hauling and salvaging or disposing of the material; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, CURB AND GUTTER DEMOLITION (4-INCH, 6-INCH AND DRIVEWAY) shall be measured by the linear foot to the limits shown on the plans. LL. Bid Items A-D12, B-D12, C-D12, D-D12, E-D12 – Valley Gutter 1. Payment shall include, but not be limited to, compensation for preparing the subgrade; furnishing and placing all materials including concrete, reinforcing steel, and expansion material; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, VALLEY GUTTER shall be measured by the square foot to the limits shown on the plans. MM.Bid Items A-D13, B-D13, C-D13, D-D13, E-D13 – Valley Gutter Demolition 1. Payment shall include, but not be limited to, compensation for removing all materials, including all reinforcing steel and expansion joint materials; breaking of the concrete; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 10 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 full depth saw cutting; loading, hauling and salvaging or disposing of the material; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, VALLEY GUTTER DEMOLITION (shall be measured by the square foot to the limits shown on the plans. NN. Bid Items A-D17, B-D17, C-D17, D-D17, E-D17 – Concrete Collar (18-24 inch Pipe) 1. Payment shall include, but not be limited to, compensation for furnishing and installing concrete collars for reinforced concrete pipes ranging from 18-inch to 24- inch diameters; reinforcement and jointing materials; excavation and backfill; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, CONCRETE COLLAR (18-24 INCH PIPE) shall be measured by each collar installed as shown on the plans. OO. Bid Items A-D18, B-D18, C-D18, D-D18, E-D18 – Concrete Collar (36 inch Pipe) 1. Payment shall include, but not be limited to, compensation for furnishing and installing concrete collars for reinforced concrete pipes with 36-inch diameters; reinforcement and jointing materials; excavation and backfill; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, CONCRETE COLLAR (36 INCH PIPE) shall be measured by each collar installed as shown on the plans. PP. Bid Items A-D19, B-D19, C-D19, D-D19, E-D19 – Removal of Reinforced Concrete Pipe (12 – 15 inch) 1. Payment shall include, but not be limited to, compensation for removing all reinforced concrete pipe (ranging from 12-inch to 15-inch diameters) and materials; removal from site; backfill and compaction as necessary; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, REMOVAL OF REINFORCED CONCRETE PIPE (12 – 15 INCH) shall be measured by the linear foot to the limits shown on the plans. QQ. Bid Items A-D20, B-D20, C-D20, D-D20, E-D20 – Removal of Reinforced Concrete Pipe (18 – 24 inch) 1. Payment shall include, but not be limited to, compensation for removing all reinforced concrete pipe (ranging from 18-inch to 24-inch diameters) and materials; removal from site; backfill and compaction as necessary; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, REMOVAL OF REINFORCED CONCRETE PIPE (18 – 24 INCH) shall be measured by the linear foot to the limits shown on the plans. RR. Bid Items A-D21, B-D21, C-D21, D-D21, E-D21 – Removal of Reinforced Concrete Pipe (36 inch) 1. Payment shall include, but not be limited to, compensation for removing all reinforced concrete pipe (36 diameter) and materials; removal from site; backfill and compaction DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 11 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 as necessary; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, REMOVAL OF REINFORCED CONCRETE PIPE (36 INCH) shall be measured by the linear foot to the limits shown on the plans. SS. Bid Items A-E2, B-E2, C-E2, D-E2, E-E2 – 6-inch or 8-inch A.C.P. Waterline to be Removed and Disposed 1. Payment shall include, but not be limited to, compensation for removal and proper disposal of waterlines; excavation and backfill; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, 6-INCH OR 8-INCH A.C.P. WATERLINE TO BE REMOVED AND DISPOSED shall be measured by the linear foot to the limits shown on the plans. TT. Bid Items A-E4 & A-E5, B-E4 & B-E5, C-E4 & C-E5, D-E4 & D-E5, E-E4 & E-E5 – 6-inch Waterline Adjustment & 8-inch Waterline Adjustment 1. Payment shall include, but not be limited to, compensation for all labor, tools, equipment and incidentals necessary to complete work. Work shall include the removal and proper disposal of PVC waterline (ACP waterline disposal will be paid separate), excavation, furnishing and placing backfill material, furnishing and installing valves & fittings, thrust blocking, and restraints. 2. The adjustment shall be made in accordance to City Standard Details. 3. Unless indicated otherwise in the Bid Form, 6-INCH WATERLINE ADJUSTMENT and 8- INCH WATERLINE ADJUSTMENT shall be measured by each adjustment to the limits shown on the plans. UU. Bid Items A-E6, B-E6, C-E6, D-E6, E-E6 – Fire Hydrant Assembly Type 1 (Includes Main Line Fitting) 1. Payment shall include, but not be limited to, compensation for dewatering of trench, location and protection of buried and overhead utilities, concrete blocking, restraint system, furnishing and installing fittings, valves, pipe, hydrant, compaction, utility adjustments, final grading, and all labor, tools, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, FIRE HYDRANT ASSEMBLY TYPE 1 (INCLUDES MAIN LINE FITTINGS) shall be measured by each hydrant installed to the limits shown on the plans. VV. Bid Items A-E7, B-E7, C-E7, D-E7, E-E7 – Fire Hydrant Assembly Type 2 (Includes Main Line Fitting) 1. Payment shall include, but not be limited to, compensation for dewatering of trench, location and protection of buried and overhead utilities, concrete blocking, restraint system, furnishing and installing fittings, valves, pipe, hydrant, compaction, utility adjustments, final grading, and all labor, tools, equipment and incidentals necessary to complete work. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Measurement and Basis for Payment 01 29 01 - 12 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 2. Unless indicated otherwise in the Bid Form, FIRE HYDRANT ASSEMBLY TYPE 2 (INCLUDES MAIN LINE FITTINGS) shall be measured by each hydrant installed to the limits shown on the plans. WW. Bid Items A-G2, B-G2, C-G2, D-G2, E-G2 – Excavation, Backfill and Compaction of Trench for Gas Lines (Adjustments to be completed by the City Gas Department) 1. Payment shall include, but not be limited to, compensation for excavation, trenching, bedding, backfill and compaction, location and protection of buried and overhead utilities, and all labor, materials, equipment, and incidentals required to complete work. 2. Unless otherwise indicated, EXCAVATION, BACKFILL AND COMPACTION OF TRENCH FOR GAS LINES (ADJUSTMENTS TO BE COMPLETED BY THE CITY GAS DEPARTMENT) shall be by the linear foot to the limits shown on the plans. 1.04 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 01 33 01 Submittal Register Product Information Sample or Mockup Operations Data 022021 Control of Ground Water Mockup 022022 Trench Safety for Excavations None 022040 Street Excavation None 022080 Embankment None 022100 Select Material Record Data 022420 Silt Fence Record Data 025202 Scarifying and Reshaping Base Course None 025205 Pavement Repair, Curb, Gutter, Sidewalk & Driveway Replacement None 025210 Lime Stabilization Record Data 025223 Crushed Limestone Flexible Base Record Data 025404 Asphalts, Oils, & Emulsions Record Data 025412 Prime Coat Record Data 025424 Hot Mix Asphalt Concrete Pavement Record Data 025608 Inlets Shop Drawing 025610 Concrete Curb and Gutter None 025612 Concrete Sidewalk & Driveways None 025614 Concrete Curb Ramps None 025620 Portland Cement Concrete Pavement Record Data 025802 Temporary Traffic Controls During Construction None 025807 Pavement Markings (Paint and Thermoplastic)Record Data 025813 Preformed Thermoplastic Striping, Words & Emblems Record Data 025816 Raised Pavement Markers Record Data 025818 Reference Specification – TX DOT DMS-4200 Pavement Markers (Reflectorized) None 025828 Reference Specification – TX DOT DMS-6130 Bituminous Adhesive for Pavement Markers None 026201 Waterline Riser Assemblies None 026202 Hydrostatic Testing of Pressure Systems None 026206 Ductile Iron Pipe & Fittings Record Data 026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) Record Data 026214 Grouting Abandoned Utility Lines Record Data 026402 Waterlines Record Data 026404 Water Service Lines Record Data 026409 Tapping Sleeves & Tapping Valves Record Data 026411 Gate Valves for Waterlines Record Data 027202 Manholes Shop Drawing 027402 Reinforced Concrete Pipe Culverts Shop Drawing 027611 Cleaning and Televised Inspection of Conduits None 028040 Sodding None 028200 Mailbox Relocation None 028300 Fence Relocation None 030020 Portland Cement Concrete Record Data 032020 Reinforcing Steel Record Data 037040 Epoxy Compounds (S-44)Record Data 038000 Concrete Structures Shop Drawing 055420 Frames, Grates, Rings, & Covers Shop Drawing Per Plans Detectable Warning Material Record Data Paragraph No. Specification Section Specification Description Types of Submittals Required Submittal Register Residential Street Rebuild Program Year 2019, Project No.18164A 01 33 01-1 10/2018 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Special Procedures 01 35 00 - 1 Residential Street Rebuild Program Year 2019, Project No.18164A Rev 10/2018 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: Base Bid A 1. Delivery Order 1 2. Delivery Order 2 3. Delivery Order 3 4. Delivery Order 4 Base Bid B 1. Delivery Order 1 2. Delivery Order 2 3. Delivery Order 3 4. Delivery Order 4 Base Bid C 1. Delivery Order 1 2. Delivery Order 2 3. Delivery Order 3 4. Delivery Order 4 5. Delivery Order 5 Base Bid D 6. Delivery Order 1 7. Delivery Order 2 8. Delivery Order 3 Base Bid E 1. Delivery Order 1 2. Delivery Order 2 3. Delivery Order 3 B. Work shall be completed within the specified time for these items: Description Time Base Bid A Delivery Order 1 120 Days Delivery Order 2 120 Days Delivery Order 3 150 Days Delivery Order 4 150 Days Base Bid B Delivery Order 1 90 Days Delivery Order 2 150 Days Delivery Order 3 180 Days Delivery Order 4 160 Days DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Special Procedures 01 35 00 - 2 Residential Street Rebuild Program Year 2019, Project No.18164A Rev 10/2018 Description Time Base Bid C Delivery Order 1 120 Days Delivery Order 2 90 Days Delivery Order 3 90 Days Delivery Order 4 60 Days Delivery Order 5 280 Days Base Bid D Delivery Order 1 60 Days Delivery Order 2 120 Days Delivery Order 3 90 Days Base Bid E Delivery Order 1 120 Days Delivery Order 2 60 Days Delivery Order 3 90 Days 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. Note: Due to the overlap of months during the construction phase, the amount of days allocated for each Delivery Order exceeds the total amount of days allocated for the completion of the Contract. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Special Procedures 01 35 00 - 3 Residential Street Rebuild Program Year 2019, Project No.18164A Rev 10/2018 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. 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: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner’s normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. 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 [for operation of the existing distribution system] [other description of critical nature of operations]. 2. Loss of [operation of the existing distribution system] [other description of critical nature of operations] 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 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 1.] 2. Critical Operation 2 - [Title from Table Above]: DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Special Procedures 01 35 00 - 4 Residential Street Rebuild Program Year 2019, Project No.18164A Rev 10/2018 a. [Provide detailed description of Critical Operation 2.] 3. Critical Operation 3 - [Title from Table Above]: a. [Provide detailed description of 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Temporary Facilities and Controls 01 50 00 - 1 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT’s field office and the Contractor’s field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT’s field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT’s field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Temporary Facilities and Controls 01 50 00 - 2 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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 a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor’s use. Provide conference room space for a minimum of 10 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Temporary Facilities and Controls 01 50 00 - 3 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor’s and the OPT’s field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi’s Water Conservation and Drought Contingency Plan as amended (the “Plan”). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Temporary Facilities and Controls 01 50 00 - 4 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Temporary Controls 01 57 00 - 1 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Temporary Controls 01 57 00 - 2 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Temporary Controls 01 57 00 - 3 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre- construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Temporary Controls 01 57 00 - 4 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Temporary Controls 01 57 00 - 5 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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. 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 wastewater system. If discharging to temporary holding tanks and trucking to a wastewater 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 wastewater 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Temporary Controls 01 57 00 - 6 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner’s wastewater 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 “Site Clearing and Stripping”. Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor’s expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method that will not injure the members for re-use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss 021080 Page 1 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions, and the Contractor shall have the option of dismantling these members by flame-cutting the members immediately adjacent to the connections. Flame-cutting will not be permitted, however, when the plans or special provisions call for the structure unit to be salvaged in such manner as to permit re-erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures. Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 “Excavation and Backfill for Utilities” and 022080 “Embankment”. All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing 021080 Page 2 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA embankment, maximum 10” loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10” loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay, but shall be subsidiary to the project. 021080 Page 3 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 “Trench Safety for Excavations” of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well-points, as conditions warrant. Removal of well- points shall be at rate of 1/3 per 24 hours (every third well-point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. (7) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement-stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 “Select Material”. 022020 Page 3 of 4 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement-stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement-stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water-bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single-stage or multiple-stage well point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City’s Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement- bentonite grout or cement-sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50-foot intervals and fill pipe with cement-bentonite grout or cement-sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12-inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre-drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre-drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector’s direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor’s expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (TDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan’s objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes / No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system . Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond +1% deviation from the required moisture or density requirement. Irregularities exceeding ½ 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right-of-Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right-of - way lines shall be made at a slope of three horizontal to one vertical (3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically-stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre-approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18-kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub-base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway- legal rubber-tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather-edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2” diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface) to the line, grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 ½ inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10-inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section, and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material, reshaping, and re-compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum (+3% maximum) until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately, but shall be subsidiary to other work. 025202 Page 1 of 1 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 025205 Page 1 of 4 Rev. 11-9-2016 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 “Excavation and Backfill for Utilities” Section 022100 “Select Material” Section 025223 "Crushed Limestone Flexible Base” Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 “Portland Cement Concrete Pavement” Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw-cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 “Excavation and Backfill for Utilities.” DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 025205 Page 2 of 4 Rev. 11-9-2016 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details 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 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. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid-depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 025205 Page 3 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 025205 Page 4 of 4 Rev. 11-9-2016 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 025208 12/9/8 Page 1 of 5 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 completed course of treated material containing a uniform Portland cement 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 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 025208 12/9/8 Page 2 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. Cement shall be applied only to such an area that all the operations can be continuous and completed in daylight 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 soil. 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 compacted and finished shall not remain undisturbed for more than 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 025208 12/9/8 Page 3 of 5 Pressurized equipment and water supply provided 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 compacting, 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 025208 12/9/8 Page 4 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 plans, 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 025208 12/9/8 Page 5 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025210 LIME STABILIZATION 1. DESCRIPTION This specification shall consist of treating the subgrade, subbase or base by the pulverizing, addition of lime, mixing and compacting the mixed material to the required density. This specification applies to natural ground, embankment, existing pavement structure or proposed base, and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. 2. 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 4. CONSTRUCTION METHODS General - It is the primary requirement of this specification to secure a completed course of treated material containing a uniform lime mixture, free from loose or segregated areas, of 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. Application - Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. Unless otherwise shown on drawings, lime shall be applied at a rate in pounds of dry-hydrated lime per square yard, in the form of a slurry. Application rate may be varied by the Engineer, if conditions warrant, but no less than 6% must be applied. Certification of lime quantity and quality shall be provided as required to monitor the application. Certification should be in the form of weight tickets which indicate the actual weight of dry hydrated lime, CA(OH)2 . The application and mixing of lime with the material shall be accomplished by the method hereinafter described. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Mixing - The mixing procedure shall be as hereinafter described. (a) First Mixing: The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of material and lime is obtained, free from all clods or lumps. Materials containing plastic clays or other material which will not readily mix with lime shall be mixed as thoroughly as possible at the time of the 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Percent Minimum Passing 1" Sieve .................................................. 100 Minimum Passing No. 4 Sieve ............................................. 85 Old bituminous wearing surface shall be pulverized so that 100% will pass a 2 ½" sieve. During the interval of time between applications and mixing, hydrated lime that has been exposed to the open air for a period of 6 hours or more, or to excessive loss due to washing or blowing, will not be accepted for payment. Compaction - Compaction of the mixture shall begin immediately after final mixing and in no case later than 3 calendar days after final mixing, unless approval is obtained from the Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted as hereinafter specified. If the total thickness of the material to be treated cannot be mixed in one operation, the previously mixed material shall be bladed to a windrow just beyond the area to be treated and the next layer mixed with lime as previously specified. The first layer of the material shall be compacted in such a manner that the treated material will not be mixed with the underlying material. The course shall be sprinkled as required to maintain moisture content on the wet side of optimum and compacted to the extent necessary to provide the specified density. Unless shown otherwise on the drawings, all lime treated subgrades, sub-bases, and bases that are not in direct contact with surface or binder course shall be compacted to a minimum of 95% Standard Proctor density (AASHTO T99), unless otherwise specified. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests, as necessary, will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Rework, when required to meet pulverization requirements or density requirements, shall include the addition of lime, about 10% to 15% of the initial application rate, or as deemed necessary by the Engineer. A new optimum density will be obtained. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the drawings and to the established lines and grades. 025210 Page 3 of 4 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, lime stabilization for bases, sub-bases and subgrade shall be measured by the square yard of lime-stabilized material in place. Pulverizing, mixing, watering grading, compacting, working material etc., shall not be measured for pay but shall be subsidiary to other work. Payment shall be full compensation for all materials, labor, equipment, tools, and incidentals necessary for the completion of work. 025210 Page 4 of 4 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 “Flexible Base”. 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit, plasticity index, modified proctor, moisture-density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing 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. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within +1% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 “Prime Coat”. On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60º F and falling, but it may be applied when the air temperature is above 50º F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage-heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025414 AGGREGATE FOR 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. MEASUREMENT AND PAYMENT 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 ADDENDUM NO. 1 ATTACHMENT NO. 3 SHEET 1 OF 1 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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". 2) Aggregate. The aggregate used shall be Type P E 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 – 1st course (bottom) Three-Course: Grade 4 – 3rd 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 ADDENDUM NO. 1 ATTACHMENT NO. 4 SHEET 1 OF 3 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 60º F and is falling, but it may be applied when the air temperature is above 50º 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: 1st 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 ADDENDUM NO. 1 ATTACHMENT NO. 4 SHEET 2 OF 3 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 PAYMENT 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 called for. 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 ADDENDUM NO. 1 ATTACHMENT NO. 4 SHEET 3 OF 3 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course 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 square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job-mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications, and when properly placed the job-mix will be durable 025424 Page 2 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA and stable. The sieve analysis of the job-mix shall be within the range of the Master Gradation and Tolerances specified herein. The job-mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job-mix; percent passing versus size on four-cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Sieve Size Type A B C D Course Base Fine Base Course Surface Fine Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA % minimum 11 12 13 14 025424 Page 3 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA * 2-8 when TxDOT Test Method Tex-200-F, Part II (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job-mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job-mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge-Storage System. A surge-storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job-mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the job-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA rising but not when the air temperature is 50 degrees F and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 6.7. In-Place Density. In-place density control is required for all mixtures except for thin, irregular level-up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than 1/4 inch less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600-foot section shall not exceed ninety inches per mile per traffic lane. For each 600-foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Where M = Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten-foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor’s expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor’s expense, or such pavement may, at the City’s discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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, Rings 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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) Finishing Complete 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. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". Cap seal shall be “Greenstreak” or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings, no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5-foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020 “Portland Cement Concrete” of the City Standard Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or #4 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 “Reinforcing Steel” of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches, prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel . . . . . S < 1:12 Side slope of ramp (flare) . . . . . S < 1:10 Cross slope . . . . . . . . . . . . . 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp . . . . . . S < 1:20 Driveways abutting tied sidewalks . . S < 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter – TxDOT Test Method Tex-310-D). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive (cylinder) tests as required in the drawings. Either Type I or 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 “Portland Cement Concrete”. (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 “Portland Cement Concrete”, Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 “Portland Cement Concrete”, Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 “Portland Cement Concrete”. (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 “Reinforcing Steel”. Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot-dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 “Portland Cement Concrete”. 025620 Page 2 of 5 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 “Portland Cement Concrete”. 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 “Portland Cement Concrete”. 6. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3 of 5 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 Slump Requirements Construction Method Desired Slump Minimum Slump Maximum Slump 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 CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 “Portland Cement Concrete”. If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7-day or 28-day) or minimum compressive strength (7-day or 28-day) shown in Table 2. TABLE 2 Class of Concrete for Concrete Pavement Class Minimum Minimum Maximum of Flexural (Beam) Compressive Water-Cement Coarse Concrete Strength Strength Ratio Aggregate P* 450 psi (7 days) 3200 psi (7 days) 5.6 gal./sack No. 2 (1½") 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor’s expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 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, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings. Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop-on glass beads conforming to TxDOT Departmental Material Specification DMS-8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations - Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray-type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross-sections and clear-out edges without running of spattering and within the limits for straightness set forth herein. 025807 Page 1 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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% Na 3 PO4 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 the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall 025807 Page 2 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA not be removed from the job site or destroyed without permission. The Contractor shall make an accurate accounting of the paint materials used in the accepted work. 3.6 Protection - After application, all markings shall be protected while drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible for protecting the markings and shall erect or place suitable warning signs, flags or barricades, protective screens or coverings as required. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, drippings of paint or other materials. 3.7 Defective Workmanship or Material - When any material not conforming to the requirements of the specifications or drawings has been delivered to the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement markings shall be measured by the square foot or linear foot of each type of marking. Eliminating existing pavement markings and markers will not be measured and paid for separately, but shall be subsidiary to the pavement marking items. Payment shall be full compensation for furnishing all materials and for eliminating existing pavement markings and markers, for all preparation, layout and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025807 Page 3 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025813 PREFORMED THERMOPLASTIC STRIPING, WORDS AND EMBLEMS 1. DESCRIPTION This specification shall govern all work for furnishing and installing preformed thermoplastic striping, words and emblems required to complete the project. 2. PRE-CONSTRUCTION CONFERENCE When required by the Engineer, prior to beginning work on the markings but after receipt by the Engineer of the required information, a conference will be held between the representatives of the Contractor and the Engineer to set up more completely the sequence of work to be followed and the estimated progress schedule. 3. MATERIALS The preformed pavement marking material shall be thermoplastic material meeting the specifications of TxDOT Departmental Material Specification DMS-8220 “Hot Applied Thermoplastic,” and shall be approved by the Engineer for use on this project. 4. CONSTRUCTION (1) General. The Contractor shall furnish all materials and equipment and perform work or services necessary for complete and proper construction of the completed system of pavement markings. (2) Traffic Conditions. Roadways on which markings are to be placed may be either free of traffic or open to traffic. On roadways already open to traffic, markings shall be placed under existing traffic conditions. (3) Dimensions. Markings will be in accordance with the color, length, width, shape, configuration and location requirements of the plans and as directed by the Engineer. (4) Methods. All material placement shall be in accordance with TxDOT Standard Specification Item 668 “Prefabricated Pavement Markings” and City Section 025807 “Pavement Markings (Paint and Thermoplastic).” (5) Surface Preparation. The pavement upon which the markings are to be placed shall be cleaned and prepared, to the satisfaction of the Engineer, prior to placement of the markings. Cleaning shall be by any effective method, approved by the Engineer that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Surfaces shall be further prepared after cleaning by sealing or priming, as recommended by the manufacturer of the pavement marking material. 025813 Page 1 of 3 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (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-Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, uniform appearance, and shall be free of unsightly conditions. Markings shall be free of ragged edges, misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro-reflectance when observed in accordance with TxDOT Test Method Tex- 828-B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer’s guarantee and/or warranty for a period of 12 months commencing on the final delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2 of 3 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 025816 RAISED PAVEMENT MARKERS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers required to complete the project. 2. MATERIALS RAISED PAVEMENT MARKERS shall conform to Reference Specification Section 025818 "Pavement Markers (Reflectorized)" (TxDOT Departmental Material Specification 4200). Unless indicated otherwise on the drawings, raised pavement markers and traffic buttons shall be of the type to be applied to the roadway surface with a non-integral adhesive. Types of raised pavement markers shall be as follows: TYPE DESCRIPTION I-A One face shall reflect amber light and the body other than the reflective face shall be yellow. I-C One face shall reflect white light and the body other than the reflective face shall be white, silver or light gray. I-R One face shall reflect red light and the body other than the reflective face shall be white, silver or light gray, or may be one-half red on the side that reflects red light. II-A-A Shall contain two reflective faces, each of which shall reflect amber light and the body other than the reflective faces shall be yellow. II-B-B Shall contain two reflective faces, each of which shall reflect blue light and the body other than the reflective faces shall be blue. (Fire Hydrant Application.) II-C-C Shall contain two reflective faces, each of which shall reflect white light and the body other than the reflective faces shall be white, silver or light gray. 025816 Page 1 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA II-C-R Shall contain two reflective faces, one of which shall reflect white light and the other face shall reflect red light, and the body other than the reflective faces shall be white, silver or light gray, or may be one- half red on the side that reflects red light. ADHESIVE for securing raised pavement markers to asphalt or concrete surfaces shall conform to Reference Specification Section 025828 “Bituminous Adhesive for Pavement Markers" (TxDOT Departmental Materials Specification 6130). 3. METHODS PAVEMENT SURFACE to receive raised pavement markers shall be prepared such that the surface is free of loose material, grease, moisture, and other foreign material that could impair the bond with the adhesive. ALIGNMENT AND POSITIONING of raised pavement markers shall be such that the reflective faces are aligned for proper visibility. ADHESIVE shall be applied such that 100% of the lower surface of the marker is in contact with the adhesive and in sufficient quantity to serve as a cushion between the marker and the paved surface. Any surplus adhesive shall be removed so that the visibility of the marker is not impaired. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, raised pavement markers shall be measured as individual units for each type installed, if included as a bid item in the Bid Form. Payment shall include, but not be limited to, furnishing and installing markers complete with adhesive, and shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 025816 Page 2 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 1 – 7 EFFECTIVE DATE: JANUARY 2010 DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE: JANUARY 2010 4200.1. Description. This Specification governs for the pre-qualification, testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled “Jiggle Bar Tiles, Pavement Markers, and Traffic Buttons,” require no further testing, unless deemed necessary by the Project Engineer or CST/M&P. 4200.4. Bidders’ and Suppliers’ Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. 4200.5. Pre-Qualification Procedure. The pre-qualification procedure consists of several steps, listed below, which are described in more detail in the following subsections:  Pre-qualification request,  Laboratory testing,  Field testing,  Provisional qualification,  Project evaluations,  Full qualification,  Periodic evaluation,  Disqualification, and  Re-Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier’s contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department; however, the costs to sample, test, and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CST/M&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 2 – 7 EFFECTIVE DATE: JANUARY 2010 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 deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 3 – 7 EFFECTIVE DATE: JANUARY 2010 resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1. NTPEP Testing. Submit NTPEP test data to CST/M&P for review if available. CST/M&P will acknowledge receipt of NTPEP data and will provide results of review within one month of receipt. The 12-month NTPEP test results for the pre-qualification of RPMs must meet the following:  all the requirements specified in ASTM D 4280 for the tests performed by NTPEP;  a retention rate equal or greater than 90 % of the placed RPMs (excluding the RPMs removed for testing);  a visual evaluation of 3 or greater, as defined by the most recent NTPEP Project Work Plan for Field Evaluations of Raised Pavement Markers and Marker Adhesives, for the marker case and marker lens for a minimum of 90 % of the placed RPMs (excluding the RPMs removed 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 4 – 7 EFFECTIVE DATE: JANUARY 2010 b. Body Damage. The test RPMs must not exhibit discoloration or body damage exceeding that of the control RPMs. They must not exhibit a repetitive form of damage or mode of failure (indicative of a design flaw) in a large percentage of the test RPMs. Body damage will be visually assessed according to NTPEP criteria. c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot spacing must be functional when viewed at night from a vehicle using the low beam headlight setting. They must be functional when viewed at a minimum distance of approximately 400 ft. in the daytime. A functional marker is both visible and conspicuous. d. Retroreflectivity. CST/M&P will remove twenty test RPMs from the pavement to undergo laboratory testing for retroreflectivity in accordance with Tex-842-B. Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown in Table 1 (measured at 0.2° observation angle and 0° horizontal entrance angle). Table 1 Minimum Retroreflectivity (cd/fc) After 12 Months on the Roadway Face 12 Mo. Crystal 1.0 Amber 0.7 Red 0.2 D. Provisional Qualification. 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 MPL, within one month after completion of the field evaluations. Failure to complete all project evaluation requirements successfully is grounds for cancellation of provisional qualification. E. Project Evaluation. Once the material is provisionally qualified and listed on the MPL, provide CST/M&P with project information for the first three jobs supplied with the RPMs and additional projects if requested. RPMs must meet the same performance criteria as for the field evaluation to receive full qualification. CST/M&P will return the project evaluation results after the 12-month evaluation of each project. 1. Full Qualification. CST/M&P will grant full pre-qualification and continue to list materials meeting all requirements of this specification on the MPL. Pre-qualification requires extensive field evaluations. It is critical that no significant changes are made to the RPMs' composition, manufacturing process, or design during or after pre-qualification without notifying CST/M&P. It is also critical that the RPMs provided be uniform, with minimum variations from marker to marker. Significant changes not reported by the manufacturer or variations in product, as determined by the Director of CST/M&P, may be cause for removal from the MPL. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 5 – 7 EFFECTIVE DATE: JANUARY 2010 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-729-I) and testing on pre-qualified RPMs to identify changes in the material or nonconformity in production and to perform random audits of test reports. 2. Required Submittals or Field Testing. Every 5 years, provide NTPEP data showing continued compliance with the requirements of this specification. G. Disqualification. Causes for disqualification and removal from the MPL include, but are not limited to, the following:  material fails to meet the requirements stated in this specification;  the producer fails to report changes in the composition, manufacturing process, or design to CST/M&P;  the producer has unpaid charges for failing samples; or  qualified RPMs demonstrate repeated and large-scale performance problems in the field. H. Re-Qualification. Suppliers disqualified and removed from the MPL may submit materials for requalification after submitting documentation identifying the cause of the problem and corrective action taken. 4200.6. Material Requirements. All RPMs must meet all requirements, except for requirements specified for a specific type. A. 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 6 – 7 EFFECTIVE DATE: JANUARY 2010  Type II-C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver-white. 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 per Reflective Face at 0.2° Observation Angle (cd/fc) Horizontal Entrance Angle Crystal Amber Red 0° 3.00 2.00 0.75 20° 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: QX L S L sL() / 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 7 – 7 EFFECTIVE DATE: JANUARY 2010 F. Impact Test. The RPMs will be impact tested during the pre-qualification process. They will be impacted with a 20-lb. 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. 4200.7. Archived Versions. Archived versions are available. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 1 – 3 LAST REVIEWED: SEPTEMBER 2014 DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE: JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot- melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip-sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4–71°C (40–160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F) using either air or oil-jacketed melters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Property Material Standard Adhesive Flexible Adhesive Test Method min max min max Softening Point, °F ASTM D 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 5 Viscosity, 10 rpm, 204°C (400°F), Pa-s 7.5 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 “Test Methods.” 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. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 2 – 3 LAST REVIEWED: SEPTEMBER 2014 B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler-free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler-Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in.) 25 ASTM D 5 Viscosity, 135°C (275°F) Pa-s (Poises) 1.2 (12) ASTM D 2171 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 Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: 45 μm (No. 325) 75 μm (No. 200) 150 μm (No. 100) 75 95 100 -- -- -- ASTM C 430, as modified in Section 6130.4. 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow, place 1000 g of adhesive in a loosely-covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000-mL (1-qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52–66°C (125–150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent-asphalt mixture. Recover the base asphalt from solvent according to Tex-211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction- recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00 ± 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 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 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 3 – 3 LAST REVIEWED: SEPTEMBER 2014 to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 5°F) to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20–25 µm 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 75µm (No. 200) and 150 µm (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 µm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre-qualified in accordance with Tex-538-C. Consult “Bituminous Marker Adhesive” for a list of materials currently pre-qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self-releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 60 lb.) and must weigh within 1 kg (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. 6130.7. Archived Versions. Archived versions are available. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of (in order): M. J. Plug or Cap, drilled and tapped (2") 2" x 6" Galvanized Nipple 2" Galvanized 90º Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one-inch (1") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L = S D (P)½ or L = N D (P)½ 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L = N D (P)½ 4,000 PVC Pipe - Uni-bell equation 99 L = N D (P)½ 7,400 WHERE: L = Maximum Allowable Leakage (gallons/hour) S = Length of Pipe Tested (feet) N = Number of Joints in Tested Line (pipe and fittings) D = Nominal Diameter of Pipe (inches) P = Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop-applied cement-mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8-mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push-on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor-ten nuts, Cor-ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX-RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push- on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline, together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place, per linear foot. 026210 Page 2 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and “Darafill” admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, “Darafill” and water in the amounts shown above to achieve a paste-like consistency immediately prior to placing flowable grout. B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil-lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 026402 WATERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated on the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 026402 Page 1 of 5 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20-ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206, wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches (2 feet usual) vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be encased in a 20-ft. joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. b) Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page 2 of 5 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, “Excavation and Backfill for Utilities” and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe, valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6-foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16-inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16-inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance 026402 Page 3 of 5 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. 026402 Page 4 of 5 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, “Hydrostatic Testing of Pressure Systems”. (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, “Water Service Lines”. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Page 5 of 5 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-½" & 2" sizes 026404 Page 1 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-½" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include, but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor, equipment, tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement-stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge (C515) with non-rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation – lay over. 4) Stem seals shall be the O-ring type on valves through 12-inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left (counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2" per cent. 026411 Page 1 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12") below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement- stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 “Portland Cement Concrete” of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants - Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff - The shutoff shall be of the compression type only. c) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications - Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-½") inside diameter and the pumper nozzle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one-half-inch (2-½") National Standard thread (7-½ threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs - None required. i) Nozzle Cap Gaskets - Required. j) Drain Openings - Required. 026416 Page 1 of 3 Rev. 3-25-15 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA k) Tapping of Drain Opening - Tapping of the drain opening for pipe threads is not required. l) Nozzle Chain - Not required. m) Direction to Open - The hydrants shall open left (counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8") point to face at top of nut. p) Nozzle Cap Chains - Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches (5-¼") inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. s) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non-corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O"-ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O"-ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O"-ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 Rev. 3-25-15 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. y) Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. z) Packing Gland or "O"-Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O"-ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6-inch line and fitting on the main; and shall be full compensation for all labor, materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 Rev. 3-25-15 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast-in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only, in accordance with City Standard Specification Section 027205 “Fiberglass Manholes”. Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z1, or pre-approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works, Inc. product V1168 assembly, and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four (4) feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24) hours after concrete work has been completed. 027202 Page 1 of 3 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed-in-Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four (24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS-20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified, eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner, with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls, the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18” of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6”) and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two-foot internal head. 027202 Page 2 of 3 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation, compaction, backfilling, dewatering, concrete foundation, connections, adjustment rings, ring and cover, concrete work, leakage testing, video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for "Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space, backfilling, adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. 027202 Page 3 of 3 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre-formed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for 027402 Page 2 of 7 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 1½ pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 1½ pcs 1½ " x 3'-5" 21" 3.8 gals. 2 pcs 1½ " x 3'-5" 24" 6.2 gals. 2 pcs 1½ " x 3'-5" 30" 8.5 gals. 2½ pcs 1½ " x 3'-5" 36" 9.5 gals. 3 pcs 1¾" x 3'-5" 42" 12.0 gals. 3½ pcs 1¾" x 3'-5" 48" 15.0 gals. 4 pcs 1¾" x 3'-5" 54" 20.0 gals. 4½ pcs 1¾" x 3'-5" 60" 25.0 gals. 5 pcs 1¾" x 3'-5" 66" 30.0 gals. 5½ pcs 1¾" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2" x 3'-5" b. TYLOX Types "C", "C-P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page 3 of 7 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Bedding. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay, but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Laying Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet (upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be laid with the center lines of 027402 Page 4 of 7 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60" to 84" Clear Distance Between Pipes 0'-9" 0'-11" 1'-1" 1'-3" 1'-5" 1'-7" 1'-11" 2'-0" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water-tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water-tight joints will be required when using rubber gaskets. c. Joints using Cold-Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush-applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power (backhoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze-out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to 027402 Page 5 of 7 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6) hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 027402 Page 6 of 7 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7 of 7 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects or jobs (to include, but not necessarily limited to “Confined Space Entry”. 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line’s condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and “real time” live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats (jpg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA three licenses to the City, proprietary software COMPATIBLE with the City’s GIS and existing database systems in use may be approved. However, in every case all observations will be recorded using the City approved PACP codes. 2.3 Flow Control / By-Passing This procedure will be used on all previously accepted (City owned) line segments. Except for new wastewater line acceptance inspections, the line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture available. Dewatering shall remove standing water and fog from the line segment to provide 360 degree view of the pipe being televised. Too high water level or the camera being submerged will be grounds for rejection of the inspection. All wastewater flows from intersecting lines shall typically be controlled through the use of in-line plugs for vacuum trucks and are considered subsidiary to the inspection for all line sizes. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report to the City Call Center (361) 826-2489 all sanitary sewer overflows. Flow Control devices shall be installed in accordance with all applicable OSHA requirements, including, but not necessarily limited to confined space protocol. 2.4 Evaluation of Existing Lines for Potential Repairs/Rehabilitation – Pre CCTV: Cleaning and televising using a CCTV camera may be needed to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the inspection shall be considered complete and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line, or to assist the repair crews with usable information for point repair. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City-approved computer software generated formats, generally conforming to NASSCO and PACP codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations 027611 Page 2 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps; debris, roots or other impediments to flow and any other condition that may prevent either the proper completion of the inspection, or affect any proposed rehabilitation process. Evaluation of existing lines includes associated manhole inspection. 2.5 Evaluation After Repairs / Rehabilitation Post CCTV: Following repairs or rehabilitation to existing lines (by Contractor), a CCTV camera shall travel through required line segment to televise. The intent of this process is to inspect the interior of the line to determine the location of repairs, and extent of any unacceptable work. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +/- 1% of the actual length to help mark observations on the report form. Specifically, items such as detailed inspection of the repaired area using pan-and- tilt equipment will be shown in the Inspection Report, including digital photographs of acceptable or inadequate and/or questionable work. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection Report. The Inspection Report shall consist of condition observations recorded using City-approved computer-software generated formats conforming to NASSCO and PACP codes. 2.6 New Pipeline Inspection: Upon completion of the installation of new lines, including any appurtenances such as manholes, service connections, etc., a CCTV camera shall traverse through each completed line segment. The intent of this process is to inspect the interior of the completed line to determine the location of service taps and extent of omissions and/or any unacceptable work on the pipeline or manholes, such as sags, infiltration, gapped joints, protruding gaskets, etc. Prior to transiting the line, the initial video shall initially include the upstream and downstream manhole designations, pipe size, project name and other pertinent information. When inspecting / documenting new wastewater line conditions, the Contractor must conduct a specific inspection for the presence of sags in the newly installed line. The approved method involves the use of an inclinometer on the camera. The belly tolerance is 5% or less for acceptable pipe installation. Any deviation from the 5% belly tolerance limit must be approved by the applicable Utility Operating Department. The graphic report will note the start and stop of sags and approximate maximum depth. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the Inspection Report form. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection 027611 Page 3 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Report. The Inspection Report shall consist of condition observations recorded using approved computer-software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location / street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location & I.D.number manhole diameter manhole material depth of manhole condition of ring / cover evidence of infiltration condition of walls presence of inflow inhibitor condition of pipe mouths presence of coatings condition of invert location: street / easement above invert penetrations 2.8 CCTV Set-up: a. A CCTV set-up includes all of the work, equipment, supervision, personnel, and materials needed to traverse a line segment. 027611 Page 4 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 2.9 CCTV Reverse Set-up: A CCTV reverse set-up is an attempt to view the line segment from the other side due to an obstruction encountered during the initial set-up. 3. CLEANING REQUIREMENTS 3.1 Clean ALL debris such as dirt, gravel, rocks, grease, roots and other organic/inorganic debris from existing lines and manholes to allow for inspection to proceed. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Debris shall be properly disposed of in accordance with local, state and federal regulations. The Contractor shall have the option of dewatering debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415. The Contractor shall coordinate with the City Utilities Department at all times (see also City Standard Specification Section 027604 Disposal of Waste from Wastewater Cleaning Operations. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de-watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City’s facilities are used for de-watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Contractor shall coordinate with the Wastewater Pre-Treatment Coordinator to acquire the appropriate manifest documentation and shall also provide a copy of the landfill disposal weight ticket/receipt to the Engineer. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation 027611 Page 5 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA of the proper disposal of this waste. The Contractor shall not be paid until this documentation is provided. 4. DELIVERABLES 4.1 The Contractor is required to provide the Engineer both narrated CCTV DVD and computer software-generated Inspection Report products, as a result of each inspection. Acceptable submissions become the property of the City. a. Quality Control: camera distortion, inadequate lighting, dirty or submerged lens and blurry or hazy pictures determined to be the fault of the Contractor will be cause for rejection of the inspection effort. If the quality of the deliverables does not meet with City approval, the Contractor shall repeat the documenting process at no cost to the City. b. DVD: for each inspection, one properly labeled color, professional grade, DVD, recorded in standard play (SP) mode, will be required. The DVD will display continuous distance from the insertion manhole, and include narrative observations at notable points, with correlating information shown in the Inspection Report. Labeling of the DVD(s) will include, either typed or neatly printed the following information on the dust cover: Project Name Street Name Tape Number Contractor Upstream MH # Downstream MH # Date Survey / Post / New Work Order # Pipe Size Material Project # c. Inspection Reports: inspection reports are to be from City-approved and software-generated formats on 8½” x 11” paper, in color to improve definition of problem areas, and delivered with the DVD. Each report shall include the same information as noted for the DVD labels, plus the following additional information: pipe diameter, pipe material, manhole diameters & depths, whether this is a “reverse” set-up, direction of flow arrow, and total length of the pipeline. Notable observations are to be shown in the report as digital color photos, with up to four images per page. One report is required for each line segment. Note that the final approval for the use of the Contractor’s proposed software will be needed before the first inspection. The Contractor shall submit to the City a sample of the proposed report for review and approval by the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Proposal, Pre-CCTV (Cleaning and Televised Inspection of existing lines to potentially be rehabilitated) and Post CCTV (Televised Inspection for acceptance of new lines or rehabbed lines) of Wastewater Lines shall not be measured for pay, but will be considered subsidiary to the appropriate bid item. 027611 Page 6 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Cleaning and Televised Inspection of Wastewater Lines includes an inspection of all manholes entered, crossed, or associated with the line being inspected. Reverse CCTV Set-Up shall not be allowed for acceptance televising as obstructions should not be encountered in new pipe that would require the Contractor to relocate to another manhole (upstream or downstream) of the original manhole. 027611 Page 7 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SAMPLE TELEVISED INSPECTION REPORT FORM 027611 Page 8 of 8 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water: Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15-inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. 028040 Page 1 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2-foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 028200 MAIL BOX RELOCATION 1. DESCRIPTION This specification shall govern all work for relocation of mail boxes required to complete the project. 2. REQUIREMENTS Where mail is delivered to residents by means of roadside mail boxes, the Contractor shall maintain access to these mail boxes throughout the course of construction. Due to the existing location of mailboxes, the Contractor shall, in some cases, be required to move the boxes to temporary locations. Upon completion of construction, the Contractor shall be required to erect the moved mailboxes to a permanent location. Any materials or labor required for either the temporary or permanent move shall be considered subsidiary, and no direct payment shall be made. It is the intent of this item to provide the residents with mailbox facilities at least equal to or better than those existing prior to construction. In all cases, the temporary and permanent locations of all moved mail boxes shall be in accordance with U. S. Postal Service requirements with regard to height, distance from roadway, accessibility, etc. It shall be the Contractor's responsibility to contact the U. S. Postal Service and gather information as to their requirements. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, mail box relocation shall not be measured for pay but will be considered subsidiary to the appropriate item. 028200 Page 1 of 1 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MATERIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter – TxDOT Test Method Tex-310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO 4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-½ In. 2 In. 1-½ In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-½ in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex-406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex-408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex-612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes ‘A’ and ‘C’, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA given consistency. (a) Retarding and Water-Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water-reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air-Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well-ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water-reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water-reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water-reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete: (1) Thin-Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete 4 inches 3 inches 5 inches 2.5 inches 5 inches 4 inches 6 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty-eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty-eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Class of Concrete Sacks Cement per C.Y. (min.) Minimum Compressive Strength (f'c) 28-Day(psi) Min. Beam Strength 7-Day (psi) Maximum Water-Cement Ratio (gal/sack) Coarse Aggregate No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type II Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7-day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete-General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non-agitating equipment. 11. READY-MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA be placed in the structure or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central-Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete), subject to the following provisions: (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck-type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready-mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready-Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold-drawn from rods that have been hot-rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Bar Size Number Nominal Diameter, In. Nominal Area, Sq. In. Weight per Linear Foot, Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Gauge Number Equivalent Diameter, Inches Gauge Number Equivalent Diameter, Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 #3 thru #8 6d -- #9, #10 8d -- #11 8d 8d #14, #18 10d -- 032020 Page 3 of 6 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA TABLE 1 Minimum Lap Requirements Lap Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev. 10-30-2014 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 037040 2/20/9 Page 1 of 2 SECTION 37040 EPOXY COMPOUNDS (S-44) 1. DESCRIPTION This specification shall govern all work necessary to provide and apply Epoxy compounds. 2. MATERIALS (USE - TYPE) (1) Epoxy Bonding Compound for bonding new concrete to hardened concrete or other structural material: Epoxy Bonding Compound shall be a two component, 100% solids, moisture insensitive system. Epoxy shall be "FX-752 Bonding Agent" as manufactured by Fox Industries Inc. of Baltimore, Maryland or "Sikastix 370, Sikadur Hi-Mod" as manufactured by Sika Chemical Corporation of Lyndhurst, New Jersey or approved equal. (2) Epoxy Grout for Epoxy patch on non-horizontal surfaces to concrete: Epoxy Compound shall be a low-modulus, high viscosity, moisture insensitive system. Epoxy shall be "Sikastix 360, Skadur Lo-Mod Gel" as manufactured by Sika Chemical Corporation, or approved equal. 3. CONSTRUCTION METHODS (1) Bond new concrete to existing concrete: a. Surface Preparation: The existing concrete or structural surface to which the new concrete is to be bonded shall be cleaned. The existing surface shall be made free from dust, laitance, grease, curing compounds, waxes and all foreign material. Cleaning shall be done by sandblasting, mechanical abrasion, or (by washing only if authorized by the Engineer). During application of bonding compound, surface may be dry, moist, or wet, but surface shall be free of standing water. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturers instructions. The epoxy shall be used in a neat condition (without aggregate filler). c. Application of Epoxy: The epoxy bonding compound shall be applied to the prepared surface with the minimum allowable coverages as follows: Concrete (float finished, cleaned by washing) 75 SF/gal Concrete (rough finish, cleaned by sandblast or mechanical abrasion) 50 SF/gal Other surfaces as specified on the drawings d. Concrete Overlay: The concrete overlay shall be in accordance with the drawings or 030020 of standard specifications. The concrete overlay shall be applied over the epoxy within a period of time which SHALL NOT EXCEED 60% of the tack free time of the epoxy. It is important for the Contractor to note that these times vary with the temperature and pot time. The following allowable times (60% of tack free time, where the tack free time is the period of time from initial mixing of the two components until the thin film of epoxy hardens) are provided below. The allowable times must be DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 037040 2/20/9 Page 2 of 2 determined from the tack free times which are provided by the manufacturer. The following allowable times are averages and provided only as an aid to the Contractor: Temperature Allowable Elapse Time from Mixing Epoxy Until Placing Concrete Overlay 90oF 40 min. 80oF 12 hrs. 70oF 22 hrs. 60oF 32 hrs. If the allowable period of time is allowed to elapse before concrete overlay can be placed, another layer of epoxy shall be applied prior to placement of the concrete. (2) Epoxy Grout for patch to non-horizontal surfaces to concrete: a. Surface Preparation: The surface shall be prepared as described in (1) Bond new concrete to existing concrete Part a. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturer instruction. The epoxy may be mixed with dry masonry sand. Sand shall conform to A.S.T.M. C-144 with 100% passing a No. 8 sieve and not more than 15% to 35% passing a No. 50 mesh sieve. The amount of sand filler shall not exceed 3/4 to 1 (loose sand to epoxy by volume). c. Application: Epoxy shall be applied in strict accordance with manufacturer instructions. Area adjacent to work shall be cleaned free of epoxy spills as to provide a neat appearance before work will be accepted. 4. GENERAL PRECAUTION The Contractor is advised to become familiar with type of epoxy, method of application, and its basic limitations prior to using the epoxy. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Epoxy Compounds shall be considered subsidiary to the appropriate bid item. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)". 2. Preformed Non-Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 1. Class 1-a. (Two-Component, Synthetic Polymer, Cold-Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self-leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two-Component, Synthetic Polymer, Cold-Pourable, Self-Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex-525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77º F.: 150 gm. cone, 5 sec., max., cm.................. 0.90 Bond and Extension 75%, Oº F, 5 cycles: Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200º F................................. None Water Content % by weight, max................. 5.0 Resilience: Original sample min. % (cured)................. 50 Oven aged at 158º F min. % .................... 50 For Class 1-a Material Only: Cold Flow (10 min.)............................ None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016-inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex-524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 3½"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed- cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D1752 “Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction”, Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft3 Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA following: 24 hours after application............2 percent 72 hours after application............4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1”) of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term “monolithic placement” shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar-tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one-sixteenth of an inch (1/16”). Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch (3/4”) on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2”) from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (1/2”) from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design, mortar-tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I-beams or girders. 7. PLACING CONCRETE-GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non-Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature-time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non-agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast-in-Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom-dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water-tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom-dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw-like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10-foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one-sixteenth inch (1/16”) in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10- foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8”), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three-sixteenth of an inch (3/16”) will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA EXCEPTIONS TO 4-DAY CURING Description Required Curing Upper Surfaces of Bridge Slabs and 8 curing days (Type I or III) cement Top Slabs of Direct Traffic Culverts 10 curing days (Type II cement) Concrete Piling (non-prestressed) 6 curing days When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap-polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine-ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2”) of clean granular material, kept wet at all times, or a minimum of one-inch 038000 Page 15 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA (1”) depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement-stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED STRUCTURE UNIT DESCRIPTION WATER FOR CURING MEMBRANE FOR INTERIM CURING WATER FOR CURING MEMBRANE FOR INTERIM CURING 1 Top slabs of direct traffic culverts X X 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). Other superstructure concrete (wing walls, parapet walls, etc.) X 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete structures, concrete riprap, etc. X* X* 4 All substructure concrete, culverts, box sewers, inlets, manholes, retaining walls X* X* *Polyethylene sheeting, burlap-polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand-powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly-coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey-combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SECTION 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 “Standard Specification for Carbon Structural Steel”. 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon-Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt-on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast-on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev. 3-25-2015 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Page 1 of 1 CITY OF CORPUS CHRISTI SPECIFICATIONS FOR TRAFFIC SIGN BLANKS 1. All fully assembled signs, with the exception of Name Blades, shall have Premium Clear Overlay Film (anti-graffiti film) of Nikkalite EF40801 or approved equal on face of sign. 2. All signs shall be of High Intensity Prismatic (HIP) sheeting, Type C or Type E only. 3. Name Blades shall use a white backing and green EC Film with reverse cut lettering. 4. All materials shall be new and un-weathered. 5. Alloy for flat blanks shall be 5052-H38. Alloy for extruded blades shall be 6063-T6. Alloy shall be free of burrs, corrosion, white rust and dirt. 6. Sign hardware caps (922-X-fits 2 3/8” O.D. posts) for extruded blades. Sign Hardware (990-X-90 degree X Piece) for extruded blades. 7. All sign blanks and blades, with the exception of extruded blades, shall be pre-drilled at 3/8” holes. 8. Metal treatment - Blades to be treated as follows: a. Degreasing i. Vapor degreasing - by total immersion of the Sign Blank in a saturated vapor or trichloroethylene. Trademark printing shall be removed, or ii. Alkaline degreasing - by total immersion of the Sign Blank in a tank containing alkaline solutions, controlled and titrated to the solution manufacturer's specifications. Rinse thoroughly with running water. b. Etching i. Acid etch - etch well in 6-8% phosphoric acid solution at 100F or proprietary acid etching solution. Rinse thoroughly with running water. ii. Alkaline etch or etch well in an alkaline etching material that is controlled by titration. Use time, temperature and concentration specified by the solution manufacturer. Rinse thoroughly. Remove smut with an acidic chromium compound and rinse thoroughly. c. Conversion Coating - commonly called "Anodized" Finish i. Treat with a light, tight amorphous type coating in accordance with the coating manufacturer’s recommendations. Rinse thoroughly, then dry by use of forced hot-air drier. d. All metal shall be handled by device or clean canvas gloves. There shall be no evidence of fingerprints, grease, oils or other contaminants. 9. Packaging: a. All blanks shall be wrapped in pliofilm for maximum protection against dust and moisture. Blanks shall be packed in heavy cardboard cartons; each carton shall be labeled with carton contents and shall not weigh more than 150 lbs. gross. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ RESIDENTIAL STREET R E B U I L D P R O G R A M Y E A R 2 0 1 9 04/06/2020 A D D E N D U M N O . 1 A T T A C H M E N T N O . 5 S H E E T 1 O F 9 C O N F O R M A N C E S E T A S S E M B L E D 0 4 / 2 8 / 2 0 2 0 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ A. GENERAL REQUIREMENTS”B. UTILITY COORDINATION AND STANDARD REQUIREMENTS C. S T R E E T S R E P A I R D. P A V E M E N T C O N S T R U C T I O N E. S T O R M W A T E R C O N S T R U C T I O N F . W A S T E W A T E R C O N S T R U C T I O N G . S I D E W A L K S , D R I V E W A Y S , R A M P S A N D T D L R A C C E S S I B I L I T Y R E Q U I R E M E N T S ” * DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ H. WATERLINE CONSTRUCTIONI. SEQUENCING WORK ··J. R E - V E G E T A T I O N O F T H E S I T E K. T R A F F I C C O N T R O L P L A N “ ” “ ” L . S P E C I A L N O T E S M . S U B M I T T A L N O T E S N . E N V I R O N M E N T A L I S S U E S O . S I G N A G E A N D P A V E M E N T M A R K I N G S ** 04/06/2020 A D D E N D U M N O . 1 A T T A C H M E N T N O . 5 S H E E T 2 O F 9 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA S E C T I O N C U T S S E C T I O N T I T L E D E T A I L T I T L E EXISTING SYMBOL LEGENDEXISTING LINETYPE LEGEND PROPOS E D L E G E N D Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ A D D E N D U M N O . 1 A T T A C H M E N T N O . 5 S H E E T 3 O F 9 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ 04/06/2020 A D D E N D U M N O . 1 A T T A C H M E N T N O . 5 S H E E T 4 O F 9 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ 04/06/2020 A D D E N D U M N O . 1 A T T A C H M E N T N O . 5 S H E E T 5 O F 9 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ 04/07/2020 A D D E N D U M N O . 1 A T T A C H M E N T N O . 5 S H E E T 6 O F 9 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ 04/07/2020 A D D E N D U M N O . 1 A T T A C H M E N T N O . 5 S H E E T 7 O F 9 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ D O 1 - 1 2 0 D A Y S D O 3 - 1 5 0 D A Y S D O 4 - 1 5 0 D A Y S 5 0 D A Y O V E R L A P D O 2 - 1 2 0 D A Y S B A S E B I D A 4 9 0 D A Y S DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ D O 3 - 1 8 0 D A Y S 3 0 D A Y O V E R L A P B A S E B I D B 4 9 0 D A Y S D O 2 - 1 5 0 D A Y S D O 4 - 1 6 0 D A Y S 6 0 D A Y O V E R L A P D O 1 - 9 0 D A Y S DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ D O 1 - 1 2 0 D A Y S D O 3 - 9 0 D A Y S 3 0 D A Y O V E R L A P B A S E B I D C 5 2 0 D A Y S D O 2 - 9 0 D A Y S D O 5 - 2 8 0 D A Y S D O 4 - 6 0 D A Y S 3 0 D A Y O V E R L A P 3 0 D A Y O V E R L A P 3 0 D A Y O V E R L A P DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ D O 2 - 1 2 0 D A Y S B A S E B I D D 2 7 0 D A Y S D O 1 - 6 0 D A Y S D O 3 - 9 0 D A Y S DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ B A S E B I D E 2 7 0 D A Y S D O 2 - 6 0 D A Y S D O 3 - 9 0 D A Y S D O 1 - 1 2 0 D A Y S DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA P A V E M E N T , L I M E O R C E M E N T T R E A T E D B A S E A N D S U B G R A D E R E H A B I L I T A T I O N D E T A I L P A V E M E N T R E H A B I L I T A T I O N D E T A I L E X I S T I N G B A S E P R E P E R A T I O N PAVEMENT R E C O N S T R U C T I O N DETAIL GE O G R I D PAVEMENT R E C O N S T R U C T I O N D E T A I L LIME TREAT E D B A S E PROPOSED PAVEMENT DETAILPROPOSED PAVEMENT DETAIL Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ 04/07/2020 A D D E N D U M N O . 1 A T T A C H M E N T N O . 5 S H E E T 8 O F 9 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ 04/06/2020 A D D E N D U M N O . 1 A T T A C H M E N T N O . 5 S H E E T 9 O F 9 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA R O A D W A Y C U R V E T A B L E R O A D W A Y C U R V E T A B L E Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N WOOD W A Y C R E E K D R . BLUE CREEKCIR. SHOAL CREEK CIR. N CREEK CIR. SAN ROQUECREEK DR. VIOLET RD.123 4 5 6 7 1 2 3 4 5 6 7 8 9 1 0 1 1 1 2 1 3 1 4 8910111213 1 4 1 5 1 6 1 7 1 8 1 9 1 5 1 6 1 7 1 8 1 9 MATCHLINE AT S T A 1 0 + 5 0 (SEE SHEET 23) LEGEND BORE LOG DATA DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA R O A D W A Y C U R V E T A B L E Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N W O O D W A Y C R E E K D R . PIEDRA CREEK DR. DEW CREEKDR. WILLOWOODCREEK DR. HONEY CREEKDR.20 21 22 232 4 2 5 2 6 2 7 2 8 2 9 2 0 2 1 2 2 2 3 2 4 2 5 2 6 3 0 3 1 3 2 3 3 3 4 3 5 3 6 3 7 3 8 3 9 4 0 30 31 3233 3 4 3 5 3 6 3 7 3 8 3 9 4 0 2 7 2 8 2 9 MATCHLINE AT STA 10+50LEGEND(SEE SHEE 22)BORE LOG DATA DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA BLUECREEK CIR. SHOALCREEK CIR. N CREEK CIR. SAN ROQUECREEK DR. VIOLET RD. 3 8 0 2 3 7 2 9 3718 3 7 3 4 3717 1 1 2 3 0 373 0 3 7 3 0 11202 3 7 2 9 1 1 2 2 6 11210 1 1 2 2 2 1121411218 1 1 3 1 4 1 1 3 1 0 1 1 3 0 6 1 1 3 0 2 11206 WOODWA Y C R E E K D R . PIEDRA CREEK DR. DEWCREEK DR. WILLOWOODCREEK DR. HONEYCREEK DR.3734 1 1 4 2 6 11302 1 1 4 1 4 3733 1 1 4 2 9 1 1 4 2 1 1 1 4 1 7 1 1 4 2 5 1 1 4 1 3 11317 11321 11325 11301113181132211314114091140511310 1 1 4 1 8 11401 1 1 4 2 2 W O O D W A Y C R E E K D R . Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N N MATCHLINE AT S T A 1 0 + 5 0 MATCHLINE AT STA 10+50LEG E N D WW WWWWWW W W W W W W W W W W W W W WW WW WW WWWW WW WWWWWW W W W W W W W W W W W W W W EXISTING WATER LINEEXISTING FIRE HYDRANTEXISTING WATER VALVEEXISTING WATER METEREXISTING WASTEWATER LINEEXISTING WASTEWATER MANHOL E E X I S T I N G G A S L I N E E X I S T I N G G A S V A L V E E X I S T I N G G A S M E T E R E X I S T I N G S T O R M W A T E R L I N E E X I S T I N G S T O R M W A T E R M A N H O L E E X I S T I N G S T O R M W A T E R I N L E T E X I S T I N G S T O R M W A T E R E X T E N S I O N DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA W O O D W A Y C R E E K D R . BLUE CREEKCIR. VIOLET DR. 3 7 1 8 3 7 1 7 3 7 3 0 11202 1 1 2 1 0 1 1 2 2 2 1 1 2 1 4 1 1 2 1 8 1 1 2 0 6 N CREEK DR. W O O D W A Y C R E E K D R . SHOAL CREEK CIR. SAN ROQUE CREEK DR. 3 8 0 2 372911230 3 7 3 0 3 7 2 9 1122611222 1 1 3 0 6 1 1 3 0 2 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N MATCHLINE AT STA 10+00 (SEE SHEET 27) MATCHLINE AT STA 5+00 N MATCHLINE AT STA 5+00 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA WOODWAY C R E E K D R . HONEY CREEK DR. PIE D R A C R E E K D R . 3734 1 1 3 0 2 3733113 1 7 1 1 3 2 1 1 1 3 2 5 1 1 3 0 1 1 1 3 1 8 1 1 3 2 2 1131411310 1 1 4 0 1 W O O D W A Y C R E E K D R . DEW CREEK DR. WILLOWOODCREEK DR. 1 1 4 2 6 1 1 4 1 4 1 1 4 2 9 1 1 4 2 1 1 1 4 1 7 1 1 4 2 5 11413 113011140911405 1 1 4 1 8 1 1 4 2 2 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ M A T C H L I N E A T S T A 1 4 + 0 0 MATCHLINE AT STA 10+00 N MATCHLINE AT STA 14+00 N (SEE SHEET 26)DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3 7 1 8 3 7 1 7 3 7 3 0 11202 1 1 2 1 0 1 1 2 2 2 1 1 2 1 4 1 1 2 1 8 1 1 2 0 6 3 8 0 2 372911230 3 7 3 0 3 7 2 9 1122611222 1 1 3 0 6 1 1 3 0 2 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N MATCHLINE AT STA 10+00 (SEE SHEET 29) MATCHLINE AT STA 5+00 W O O D W A Y C R E E K D R . N CREEK DR. VIOLET DR. N MATCHLINE AT STA 5+00 W O O D W A Y C R E E K D R . BLUE CREEK CIR. SHOAL CREEK CIR. SAN ROQUE CREEK DR. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3734 1 1 3 0 2 3733113 1 7 1 1 3 2 1 1 1 3 2 5 1 1 3 0 1 1 1 3 1 8 1 1 3 2 2 1131411310 1 1 4 0 1 1 1 4 2 6 1 1 4 1 4 1 1 4 2 9 1 1 4 2 1 1 1 4 1 7 1 1 4 2 5 11413 113011140911405 1 1 4 1 8 1 1 4 2 2 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ M A T C H L I N E A T S T A 1 4 + 0 0 MATCHLINE AT STA 10+00 W O O D W A Y C R E E K D R . N MATCHLINE AT STA 14+00 N DEW CREEK DR.(SEE SHEET 28)WOODWAY C R E E K D R . HONEY CREEK DR. PIE D R A CR E E K D R . WILLOWOODCREEK DR. DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3718 3 7 1 7 3 7 3 0 11202 1 1 2 1 0 1 1 2 2 2 1 1 2 1 4 1 1 2 1 8 1 1 2 0 6 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N MATCHLINE AT STA 5+00 (SEE SHEET 31) MATCHLINE AT STA 5+00 (SEE SHEET 31) W O O D W A Y C R E E K D R . VIOLET DR. BLUE CREEK CIR. 3 7 1 7 S T R E E T E X C A V A T I O N ( 1 2 " - 2 4 " ) 2 0 0 ' S T R E E T E X C A V A T I O N ( 1 2 " - 2 4 " ) 8 5 ' DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3 8 0 2 372911230 3 7 3 0 3 7 2 9 1122611222 1 1 3 0 6 1 1 3 0 2 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N MATCHLINE AT STA 5+00(SEE SHEET 30) MATCHLINE AT STA 10+00 (SEE SHEET 32) MATCHLINE AT STA 10+00 (SEE SHEET 32) MATCHLINE AT STA 5+00 (SEE SHEET 30) N CREEK DR. W O O D W A Y C R E E K D R . SHOAL CREEK CIR. SAN ROQUE CREEK DR. STREET EXCAVATION (12"-24")200'DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3734 1 1 3 0 2 3733113 1 7 1 1 3 2 1 1 1 3 2 5 1 1 3 0 1 1 1 3 1 8 1 1 3 2 2 1131411310 1 1 4 0 1 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ MATCHLINE AT STA 10+00(SEE SHEET 31) MATCHLINE AT STA 14+00 (SEE SHEET 33) MATCHLINE AT STA 10+00 M A T C H L I N E A T S T A 1 4 + 0 0 (S E E S H E E T 33 ) WOODWAY C R E E K D R . HONEY CREEK DR. PIE D R A C R E E K D R . N (SEE SHEET 31) 1 1 3 0 2 S T R E E T E X C A V A T I O N ( 1 2 " - 2 4 " ) 5 0 ' DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 1 1 4 2 6 1 1 4 1 4 1 1 4 2 9 1 1 4 2 1 1 1 4 1 7 1 1 4 2 5 11413 113011140911405 1 1 4 1 8 1 1 4 2 2 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ MATCHLINE AT STA 14+00(SEE SHEET 32) W O O D W A Y C R E E K D R . DEW CREEK DR. WILLOWOOD CREEK DR. MATCHLINE AT STA 14+00(SEE SHEET 32) N 1 1 4 2 6 1 1 4 2 9 S T R E E T E X C A V A T I O N ( 1 2 " - 2 4 " ) 1 0 0 ' STREET E X C A V A T I O N (1 2 " - 2 4 " ) 1 2 0 ' DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA LATERAL AT STA 10+54 L A T E R A L A T S T A 1 3 + 2 7 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3 7 1 8 3 7 1 7 3 7 3 0 11202 1 1 2 1 0 1 1 2 2 2 1 1 2 1 4 1 1 2 1 8 1 1 2 0 6 3 8 0 2 372911230 3 7 3 0 3 7 2 9 1122611222 1 1 3 0 6 1 1 3 0 2 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N W O O D W A Y C R E E K D R . VIOLET DR. BLUE CREEK CIR. R1-1 R 1 - 1 S P E E D L I M I T 3 0 R 2 - 1 W 1 4 - 1 a D E A D E N D N CREEK DR. W O O D W A Y C R E E K D R . SHOAL CREEK CIR. SAN ROQUE CREEK DR. R1-1 R 1 - 1 R 1 - 1 W14-1a DEAD END W 1 4 - 1 a D E A D E N D MATCHLINE AT STA 5+00 MATCHLINE AT STA 5+00 MATCHLINE AT STA 10+00 (SEE SHEET 36)N W 1 - 2 R (30"X30") ( 3 0 " X 3 0 " ) (30"X30") ( 3 0 " X 3 0 " ) ( 3 0 " X 3 0 " ) ( 2 4 " X 6 " ) (24"X6") ( 2 4 " X 6 " ) ( 1 8 " X 2 4 " ) ( 3 0 " X 3 0 " ) DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3734 1 1 3 0 2 3733113 1 7 1 1 3 2 1 1 1 3 2 5 1 1 3 0 1 1 1 3 1 8 1 1 3 2 2 1131411310 1 1 4 0 1 D D D 1 1 4 2 6 1 1 4 1 4 1 1 4 2 9 1 1 4 2 1 1 1 4 1 7 1 1 4 2 5 11413 113011140911405 1 1 4 1 8 1 1 4 2 2 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ MATCHLINE AT STA 14+00 M A T C H L I N E A T S T A 1 4 + 0 0 MATCHLINE AT STA 10+00 (SEE SHEET 35)WOODWAY C R E E K D R . HONEY CREEK DR. PIE D R A C R E E K D R . R 1 - 1 W 1 4 - 1 a D E A D E N D R1-1W14-1a DEAD END W A R N I N G C O R P U S C H R I S T I P O L I C E N E I G H B O R S O N W A T C H W O O D W A Y C R E E K D R . DEW CREEK DR. WILLOWOODCREEK DR. R1-1 W 1 - 2 L R 1 - 1 W14-1a DEAD ENDWARNINGCORPUS CHRISTI POLICE NEIGHBORS ON WATCH M P H 2 0 W 1 3 - 1 P N N (30"X30") ( 3 0 " X 3 0 " ) (30"X30") ( 3 0 " X 3 0 " ) (24"X6") ( 2 4 " X 6 " ) (24"X6")(18"X18") ( 3 0 " X 3 0 " ) ( 1 8 " X 1 8 " ) ( 1 8 " X 1 8 " ) DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA WILLOWOOD CREEK DR. W O O D W A Y C R E E K D R . VIOLET DR.WOODWAY CREEK DR. Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N N C U R B R A M P I N T E R S E C T I O N D E T A I L S C A L E : 1 " = 1 0 ' W O O D W A Y C R E E K D R I V E 8 . 3 % M A X 8.3% MAX 8 . 3 % M A X 8.3% MAX 2 % M A X 2 % M A X 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N TS=00.00 TC=00.00FL=00.00TP=00.00FG=00.00 LEGEND T S = 7 2 . 0 6 T S = 7 2 . 4 6 T S = 7 2 . 5 4 T S = 7 2 . 1 6 T S = 7 2 . 7 0 T S = 7 2 . 4 6 TS=70.72 TS=71.22TS=71.16 TS=70.45TS=71.17 TS=70.952%MAX8.3%MAX8.3%MAX 2%MAX 8.3%MAX 8.3%MAX2%MAX2' TRANSITION 2' TRANSITIONFL=70.36FL=70.65FL=70.63 FL=70.66 F L = 7 1 . 9 6 F L = 7 1 . 9 3 F L = 7 2 . 0 6 F L = 7 2 . 0 4 RAISED 6" CURBW/ FLARERAISED 6" CURBW/ FLAREEXISTING 6"CURB AND GUTTER E X I S T I N G 6 " C U R B A N D G U T T E R E X I S T I N G 6 " C U R B A N D G U T T E R EXISTING 6"CURB AND GUTTER2' TRANSIT I O N 2%MAX 2 % M A X 2 % M A X DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA SHOAL CREEK CIR. W O O D W A Y C R E E K D R . BLUE CREEKCIR. W O O D W A Y C R E E K D R . Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N CURB RAMP INTERSECTION DET A I L SCALE: 1"=10'WOODWAY CREEK DRIVE 8.3%MAX 8.3%MAX 8 . 3 % M A X 8.3% MAX 8.3%MAX 8 . 3 % M A X 8.3%MAX 8.3% MAX 2 % M A X 2%MAX 2 ' T R A N S I T I O N 2' TRANSITION 2 ' T R A N S I T I O N 2' TRANSITION 2 % M A X 2%MAX T S = 0 0 . 0 0 T C = 0 0 . 0 0 F L = 0 0 . 0 0 T P = 0 0 . 0 0 F G = 0 0 . 0 0 L E G E N D TS=71.40 TS=71.72TS=71.70 T S = 7 1 . 4 3 T S = 7 1 . 8 9 T S = 7 1 . 9 2 T S = 7 1 . 0 4 T S = 7 1 . 4 3 T S = 7 1 . 5 2 TS=71.20 TS=71.56TS=71.58 PROPOSED VALLEY G U T T E R PROPOSED VALLEY G U T T E R F L = 7 1 . 3 0 F L = 7 1 . 2 3 F L = 7 1 . 3 0 F L = 7 1 . 2 9 F L = 7 0 . 9 5 F L = 7 0 . 9 0 F L = 7 1 . 0 8 F L = 7 1 . 0 4 EXISTING 4"CURB AND GUTTEREXISTING 4"CURB AND GUTTER E X I S T I N G 4 " C U R B A N D G U T T E R E X I S T I N G 4 " C U R B A N D G U T T E R 2 % M A X 2%MAX 2%MAX 2% MAX 2%MAX 2 % M A X 2% MAX 2%MAX DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA N CREEK DR. W O O D W A Y C R E E K D R . W O O D W A Y C R E E K D R . SAN ROQUE CREEK DR. Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N CURB RAMP INTERSECTION DET A I L SCALE: 1"=10'WOODWAY CREEK DRIVE 8.3%MAX 8 . 3 % M A X 8.3%MAX 8.3% MAX 8 . 3 % M A X 8.3%MAX8.3%MAX 8.3% MAX 2 % M A X 2 % M A X 2%MAX2%MAX2%MAX 2%MAX 2 % M A X 2 % M A X 2' TRANSITION2' TRANSITION 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N T S = 0 0 . 0 0 T C = 0 0 . 0 0 F L = 0 0 . 0 0 T P = 0 0 . 0 0 F G = 0 0 . 0 0 L E G E N D TS=70.48TS=70.98 TS=70.96 T S = 7 0 . 3 2 T S = 7 0 . 7 2 T S = 7 0 . 9 6 T S = 7 0 . 3 2 T S = 7 0 . 8 0 T S = 7 0 . 6 1 TS=70.44TS=70.98TS=70.92 P R O P O S E D V A L L E Y G U T T E R P R O P O S E D V A L L E Y G U T T E R F L = 7 0 . 4 4 F L = 7 0 . 4 1 FL= 7 0 . 3 0 FL=70.33 F L = 7 0 . 1 9 F L = 7 0 . 2 2 F L = 7 0 . 2 4 F L = 7 0 . 2 7 F L = 7 0 . 2 3 F L = 7 0 . 2 0 F L = 7 0 . 1 9 F L = 7 0 . 1 8 F L = 7 0 . 3 3 F L = 7 0 . 3 4 FL=70.33FL=70. 3 1 R A I S E D F L A R E D I S L A N D ( S E E T Y P E 1 4 R A M P D E T A I L ) R A I S E D F L A R E D I S L A N D ( S E E T Y P E 1 4 R A M P D E T A I L ) E X I S T I N G 4 " C U R B A N D G U T T E R E X I S T I N G 4 " C U R B A N D G U T T E R EXISTING 4"CURB AND GUTTEREXISTING 4"CURB AND GUTTER 2%MAX 2%MAX 2 % M A X 2%MAX DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA W O O D W A Y C R E E K D R . HONEY CREEK DR. Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N CURB RAMP INTERSECTION DET A I L SCALE: 1"=10'WOODWAY CREEK DRIVE 8.3%MAX 8.3% MAX 8 . 3 % M A X 2%MAX 2 % M A X 2' TRANSITION 2 ' T R A N S I T I O N 8.3%MAX T S = 0 0 . 0 0 T C = 0 0 . 0 0 F L = 0 0 . 0 0 T P = 0 0 . 0 0 F G = 0 0 . 0 0 L E G E N D T S = 7 0 . 2 3 T S = 7 0 . 7 3 T S = 7 0 . 6 5 TS=69.97TS=70.12 TS=70.53FL= 6 9 . 8 4 FL=69.83 F L = 7 0 . 0 7 F L = 7 0 . 0 9 2 ' P A V E M E N T R E P A I R E X I S T I N G 4 " C U R B A N D G U T T E R EXISTING 4"CURB AND GUTTER 2% MAX 2%MAX 2 % M A X DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA PIEDRA CREEK DR. W O O D W A Y C R E E K D R . W O O D W A Y C R E E K D R . DEW CREEK DR. Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N CURB RAMP INTERSECTION D E T A I L SCALE: 1"=10'WOODWAY CREEK DRIVE 8.3%MAX 8.3% MAX 8 . 3 % M A X 8.3% MAX 8.3%MAX 8.3%MAX 8 . 3 % M A X T S = 0 0 . 0 0 T C = 0 0 . 0 0 F L = 0 0 . 0 0 T P = 0 0 . 0 0 F G = 0 0 . 0 0 L E G E N D 2 % M A X 2 % M A X 2' TRANSITION2' TRANSITION 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N 2%MA X 2 % M A X TS=71.51 TS=70.97 TS=71.45 T S = 7 1 . 1 7 T S = 7 1 . 6 4 T S = 7 1 . 6 5 T S = 7 1 . 2 3 T S = 7 1 . 7 2 2% MAX TS=71.42TS=71.91 TS=71.72 F L = 7 0 . 8 9 F L = 7 0 . 9 2 F L = 7 1 . 0 4 F L = 7 1 . 0 5 F L = 7 1 . 1 3 F L = 7 1 . 1 1 F L = 7 1 . 3 4 F L = 7 1 . 3 0 2 ' P A V E M E N T R E P A I R E X I S T I N G 4 " C U R B A N D G U T T E R E X I S T I N G 4 " C U R B A N D G U T T E R EXISTING 4"CURB AND GUTTER EXISTING 4"CURB AND GU T T E R 2 % M A X 2% MAX 2% MAX 2%MAX DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 3 8 0 2 3 7 2 9 3718 3 7 3 4 3717 1 1 2 3 0 373 0 3 7 3 0 11202 3 7 2 9 1 1 2 2 6 11210 1 1 2 2 2 1121411218 1 1 3 1 4 1 1 3 1 0 1 1 3 0 6 1 1 3 0 2 112063734 1 1 4 2 6 11302 1 1 4 1 4 3733 1 1 4 2 9 1 1 4 2 1 1 1 4 1 7 1 1 4 2 5 1 1 4 1 3 11317 11321 11325 11301113181132211314114091140511310 1 1 4 1 8 11401 1 1 4 2 2 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ N N S C F L E G E N D MATCHLINE AT S T A 1 0 + 5 0 MATCHLINE AT STA 10+50 WOODWAY C R E E K D R . BLUE CREEKCIR. SHOAL CREEK CIR. N CREEK CIR. WOOD W A Y C R E E K D R I V E SAN ROQUECREEK DR. PIEDRA CREEK DR. DEW CREEKDR. VIOLET RD. WILLOWOOD CREEK DR. HONEY CREEK DR.DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA YUKON DRIVEVOLGA DRIVEBRAZOS DRIVENILE DRIVEAMAZON DRIVE JORDAN DRIVE 1702 1 7 0 1 1 7 0 2 1 7 0 9 681 0 68066802 6 8 1 4 6 8 1 8 6 8 2 2 6 8 2 6 6 8 3 0 1705 1701 Y U K O N - S T A . 0 + 0 0 - 6 + 0 0 MATCH LINE STA. 6+00 Y U K O N D R I V E NILE DRIVE VOLGA DRIVE BRAZOS DRIVEBORE LOG DATAKEY Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA YUKON DRIVEVOLGA DRIVEBRAZOS DRIVENILE DRIVEAMAZON DRIVE JORDAN DRIVE 17101701 1 7 0 2 690269066910 6 9 1 4 6 9 1 8 6 9 2 2 6 9 2 6 6 9 3 0 1 7 0 2 1 7 0 4 1 7 0 1 Y U K O N - S T A . 6 + 0 0 - 1 1 + 7 4 Y U K O N D R I V E JORDAN DRIVE AMAZON DRIVE MATCH LINE STA. 6+00NILE DRIVEBORE LOG DATAKEY Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA YUKON DRIVEVOLGA DRIVEBRAZOS DRIVENILE DRIVEAMAZON DRIVE JORDAN DRIVE 1702 1 7 0 1 1 7 0 2 1 7 0 9 681068066802 6 8 1 4 6 8 1 8 6 8 2 2 6 8 2 6 6 8 3 0 1705 1701 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ Y U K O N - S T A . 0 + 0 0 - 6 + 0 0 MATCH LINE STA. 6+00 Y U K O N D R I V E NILE DRIVE VOLGA DRIVE BRAZOS DRIVEBORE LOG DATAKEY DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA YUKON DRIVEVOLGA DRIVEBRAZOS DRIVENILE DRIVEAMAZON DRIVE JORDAN DRIVE 17101701 1 7 0 2 1 7 0 1 690269066910 6 9 1 4 6 9 1 8 6 9 2 2 6 9 2 6 6 9 3 0 1 7 0 2 1 7 0 4 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ Y U K O N - S T A . 6 + 0 0 - 1 1 + 7 4 MATCH LINE STA. 11+74 Y U K O N D R I V E JORDAN DRIVE MATCH LINE STA. 6+00NILE DRIVEBORE LOG DATAKEY AMAZON DRIVE DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 1702 1 7 0 1 1 7 0 2 1 7 0 9 681068066802 6 8 1 4 6 8 1 8 6 8 2 2 6 8 2 6 6 8 3 0 1705 170117101701 1 7 0 2 1 7 0 1 690269066910 6 9 1 4 6 9 1 8 6 9 2 2 6 9 2 6 6 9 3 0 1 7 0 2 1 7 0 4 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ MATCH LINE STA. 6+00 Y U K O N D R I V E NILE DRIVE VOLGA DRIVE BRAZOS DRIVE ( 3 0 " X 3 0 " ) R 1 - 1 ( 3 0 " X 3 0 " ) R 1 - 1 W 1 4 - 1 D E A D E N D Y U K O N D R I V E JORDAN DRIVE MATCH LINE STA. 6+00NILE DRIVE AMAZON DRIVE (30"X30")R1-1 ( 3 0 " X 3 0 " ) R 1 - 1 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ C U R B R A M P I N T E R S E C T I O N D E T A I L S C A L E : 1 " = 1 0 ' Y U K O N D R I V E Y U K O N D R I V E VOLGA DRIVE 8 . 3 % M A X 8.3%MAX8.3%MAX 8.3% MAX F L = 1 5 . 3 3 F L = 1 5 . 4 8 F L = 1 5 . 6 5 F L = 1 5 . 5 5 T S = 1 5 . 6 5 T S = 1 6 . 1 3 T S = 1 5 . 6 8 T S = 1 6 . 2 4 F L = 1 5 . 6 3 F L = 1 5 . 6 8 F L = 1 5 . 7 5 TS=15.80TS=15.77TS=16.25 TS=16.15 Y U K O N D R I V E AMAZON DRIVE 8 . 3 % M A X 8.3%MAX8.3%MAX 8.3% MAX F L = 1 5 . 4 5 F L = 1 5 . 5 3 F L = 1 5 . 6 7 T S = 1 5 . 6 5 T S = 1 6 . 1 3 T S = 1 5 . 6 2 T S = 1 6 . 1 0 F L = 1 5 . 5 6 F L = 1 5 . 5 8 F L = 1 5 . 6 0 TS=16.18 TS=15.70 TS=16.20 TS=15.72 2 % M A X 2 % M A X 2 % M A X 2 % M A X T S = 0 0 . 0 0 T C = 0 0 . 0 0 F L = 0 0 . 0 0 T P = 0 0 . 0 0 F G = 0 0 . 0 0 L E G E N D 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N 2' TRANSITION 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N 2' TRANSITION 2 ' T R A N S I T I O N DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ C U R B R A M P I N T E R S E C T I O N D E T A I L S C A L E : 1 " = 1 0 ' Y U K O N D R I V E Y U K O N D R I V E NILE DRIVE 8.3%MAX 8 . 3 % M A X 8.3% MAX 8.3%MAXFL=15.82 TS=15.84 TS=16.30TS=15.78 TS=16.22 F L = 1 5 . 5 5 F L = 1 5 . 6 5 T S = 1 6 . 2 2 T S = 1 5 . 7 4 T S = 1 6 . 1 6 T S = 1 5 . 6 8 Y U K O N D R I V E NILE DRIVE T S = 1 6 . 2 5 F L = 1 6 . 0 0 8.3%MAX 8 . 3 % M A X 8.3%MAX 8.3% MAX FL=15. 6 4 F L = 1 5 . 4 7 F L = 1 5 . 3 0 TS=15.73TS=15.61 TS=16.15TS=16.09 F L = 1 5 . 3 9 T S = 1 5 . 7 8 T S = 1 5 . 7 0 T S = 1 6 . 1 8 F L = 1 5 . 6 4 FL=15.92 F L = 1 5 . 3 5 F L = 1 5 . 2 8 F L = 1 5 . 7 5 F L = 1 5 . 5 5 F L = 1 5 . 8 0 2%MAX 2 % M A X 2% MAX 2 % M A X 2%MAX2%MA X 2%MAX 2% MAX T S = 0 0 . 0 0 T C = 0 0 . 0 0 F L = 0 0 . 0 0 T P = 0 0 . 0 0 F G = 0 0 . 0 0 L E G E N D 2' TRANSITION 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N 2' TRANSITION 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N 2 ' T R A N S I T I O N DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Y U K O N D R I V E MATCH LINE STA. 6+00 Y U K O N D R I V E NILE DRIVE VOLGA DRIVE BRAZOS DRIVE Y U K O N D R I V E MATCH LINE STA. 6+00NILE DRIVE MATCH LINE STA. 11+74 Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ S C F L E G E N D DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA CURB INLET - PLANMANHOLE - PLA N T E M P O R A R Y F I L T E R F A B R I C I N L E T P R O T E C T I O N D E T A I L T E M P O R A R Y S E D I M E N T C O N T R O L F E N C E D E T A I L R O C K F I L T E R D A M A T E A R T H E N B O T T O M C H A N N E L S E C T I O N A - A CURB INLET PROTECTION DE T A I L S T A B I L I Z E D C O N S T R U C T I O N E N T R A N C E Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 02/10/2020 S T A T E OF TEXA S LICENS E DP R O FESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E D P R O FESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R O FESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R O FESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 1 1 Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA TBPG F-50556 / TBAE F-BR 2458TBPE F-417 / TBPLS F-10039500 Corpus Christi, Texas 784114501 Gollihar Rd. Hanson Professional Services Inc. 02/10/2020 S T A T E OF TEXA S LICENS E DP R O FESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E D P R O FESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E D P R O FESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R O FESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R O FESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc. 4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R O FESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ ISSUED FOR BIDDING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ SPEED HUMP PLAN VIEWSPEED HUMP PROFILE VIEW S E C T I O N A E D G E O F P A V E M E N T S E C T I O N B V E H I C L E A P P R O A C H S P E E D T A B L E SPEED HUMP CROSS SECTION DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ Name1 ½"1/2"1/2"9"6"Rd0000 1 ½"3"MINOR STREETMAJOR STREET ORLONGER STREET MINOR STREETSTREET NAME BLADE SIGN NOT TO SCALE PAVEMENT REPAIR DETAIL SCALE: NOT TO SCALE · · · · P R O P O S E D 5 ' X 5 ' T U R N A R O U N D S C A L E : N . T . S . S I D E W A L K T R A N S I T I O N D E T A I L S C A L E : N . T . S . S E C T I O N S C A L E : N . T . S . REHABILITATION - FULL DEPTH REPAIR SCALE: NOT TO SCALE PROPOSEDEXISTINGPROPOSEDEXISTING DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ 3 0 " 1 2 " D I A M E T E R 2 7 " W E D G E W E D G E A N C H O R S Y S T E M D E T A I L N O T T O S C A L E 1 2 " T U B U L A R S O C K E T S H A L L B E F L U S H T O 1 / 4 " A B O V E C O N C R E T E S T R E E T S I G N P I P E ( A S P E R R E Q U I R E M E N T S ) N O T E S 1 . T O B E U S E D O N A L L S T R E E T S I G N S . 2 . W H E N U S E D W I T H T H I N W A L L T U B I N G , M A Y B E U S E D T O S U P P O R T U P T O T E N S Q U A R E F E E T ( 1 0 S F ) O F S I G N A R E A . 3 . P O Z I - L O C W E D G E A N C H O R S Y S T E M S H A L L B E A L L S T E E L . 4 . T H E W E D G E S H A L L B E P E R M A N E N T L Y M A R K E D T O I N D I C A T E M A N U F A C T U R E R . 5 . S Y S T E M S H A L L B E F R O M T x D O T A P P R O V E D M A T E R I A L P R O D U C E R L I S T . I N S T A L L A T I O N 1 . S Y S T E M S H A L L B E I N S T A L L E D A S P E R M A N U F A C T U R E R R E C O M M E N D A T I O N S A N D A S I N D I C A T E D I N D E T A I L . 2 . C O N C R E T E S H A L L B E T x D O T C L A S S A . 3 . T U B U L A R S O C K E T S H A L L B E I N S T A L L E D P L U M B . 4 . C O N C R E T E S H A L L C U R E F O R A M I N I M U M O F S E V E N ( 7 ) D A Y S P R I O R T O I N S E R T I N G S I G N P O S T . 5 . I N S E R T S I G N P O S T A N D A L I G N S I G N T O F A C E T H E A P P R O P R I A T E D I R E C T I O N A N D I N S T A L L T H E W E D G E T O S E C U R E T H E P O S T , L E A V I N G A P P R O X I M A T E L Y T H R E E - I N C H E S ( 3 " ) O F T H E W E D G E E X P O S E D . 3 " S L O P E C O N C R E T E A T 1 / 4 " P E R F O O T A W A Y F R O M T U B U L A R S O C K E T DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Corpus Christi, Texas 78411 Hanson Professional Services Inc.4501 Gollihar Rd. TBPE F-417 / TBPLS F-10039500TBPG F-50556 / TBAE F-BR 2458 02/10/2020 S T A T E OF TEXA S LICENS E DP R OFESSIONAL E N G I N E E R114464 GABRIEL J. ORTIZ DocuSign Envelope ID: C24B9717-4D9C-4818-B1A6-904BF8D1B7D8DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 1 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 00 52 23 AGREEMENT This Agreement, for the Project awarded on June 9, 2020,is between the City of Corpus Christi (Owner) and Haas-Anderson Construction Ltd.(Contractor). Owner and Contractor agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Residential Street Rebuild Program Year 2019 Project No. 18164A ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 GOrtiz@hanson-inc.com 2.02 The Owner’s Authorized Representative for this Project is: Brett Van Hazel, PMP – Asst. Director of Construction City of Corpus Christi – Engineering Services 4917 Holly Rd., Bldg, #5 Corpus Christi, Texas 78413 ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 270 days for Base Bid E, 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 DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 2 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 General Conditions within 300 days for Base Bid E after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones, and the dates for completion of each, are as defined in Section 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages 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): Substantial Completion: Contractor shall pay Owner $970 for Base Bid E for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. Completion of the Remaining Work: Contractor agrees to pay Owner $324 for Base Bid E 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. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. The Owner will determine whether the Work has been completed within the Contract Times. 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 Price: Base Bid E $2,964,944.5 DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 3 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 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. 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.B, 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. Invoices must comply with Article 17 of the General Conditions. 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. DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 4 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 ARTICLE 7 – CONTRACTOR’S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 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 DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 5 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor’s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 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. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor’s Bid Form. 6. 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. DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA Agreement 00 52 23 - 6 Residential Street Rebuild Program Year 2019, Project No. 18164A Rev 8/2019 ARTICLE 10 – CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Michael Rodriguez Chief of Staff __________________________ AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL ___________________________ Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR Haas-Anderson Construction Ltd (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: P.O. Box 7692 Address Corpus Christi, TX 78467 State ZipCity 361/53-2535 Phone Fax dcullen@haas-anderson.com Email END OF SECTION DocuSign Envelope ID: 7CA3FB1C-D56E-478D-AFC7-3EB298FB74AA 7/16/2020 7/21/2020 06/09/2020 Res.032131 7/24/2020