HomeMy WebLinkAboutC2023-133 - 6/27/2023 - Approved DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
77/7/2023
E(MM/DDYYY)
� /YCERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME:
GSM Insurors PHONE FAX
PO Box 1478 (A/C.
A/C No Ext): 361-729-5414 AC,
c No):361-729-3817
E-MRockport TX 78381 ADDRESS: info@gsminsurors.com
INSURER(S)AFFORDING COVERAGE NAIC#
INSURERA: National Fire Ins Co of 20478
INSURED JCARROL-01 INSURER B:Valley Forge Ins Co 20508
J. Carroll Weaver, Inc.
P. O. Box 1361 INSURER C: Continental Insurance Co 35289
Sinton TX 78387 INSURER D:Texas Mutual Insurance Co 22945
INSURER E: Travelers Insurance Company
INSURER F: Homeland Insurance of NY
COVERAGES CERTIFICATE NUMBER:1873423611 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS
LTR I POLICY NUMBER MM/DD/YYYY MM/DD/YYYY
A X COMMERCIAL GENERAL LIABILITY 7036745342 3/1/2023 3/1/2024 EACH OCCURRENCE $1,000,000
F 793010063 0003 3/1/2023 3/1/2024 DAMAGE TO RENTED
CLAIMS-MADE OCCUR PREMISES Ea occurrence $100,000
X Contractor's MED EXP(Any one person) $15,000
Pollution Liab PERSONAL&ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000
PRO-
POLICY� ECT 1:1 LOC PRODUCTS-COMP/OP AGG $2,000,000
OTHER: Contracotr Pollution $5,000,000
B AUTOMOBILE LIABILITY 7036745325 3/1/2023 3/1/2024 COMBINED SINGLE LIMIT $1,000,000
Ea accident
X ANY AUTO BODILY INJURY(Per person) $
OWNED X SCHEDULED BODILY INJURY(Per accident) $
AUTOS ONLY AUTOS
X HIREDX NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY Per accident
X MCS-90 $
C X UMBRELLALIAB X OCCUR 7036745339 3/1/2023 3/1/2024 EACH OCCURRENCE $5,000,000
EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000
DED X RETENTION$ $
D WORKERS COMPENSATION 0001237005 3/1/2023 3/1/2024 X PER OTH-
AND EMPLOYERS'LIABILITY Y/N STATUTE ER
ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED? N/A
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000
E Contractor's Equipment 6602F257505 23 3/1/2023 3/1/2024 Leased/Rented Equip 500,000
Deductible 2,500
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Certificate Holder is an Additional Insured on General Liability,Auto Liability and Umbrella and has Waiver of Subrogation in its favor on General Liability,Auto
Liability,Worker's Compensation and Umbrella by Blanket Endorsements contingent upon requirements in previously executed written contract. General
Liability includes Blanket Primary and Non-Contributory contingent upon requirement in previously executed written contract. Auto Policy includes MCS-90 and
CA99 48 Pollution Liability-Broadened Coverage for Covered Autos
Project: Project No. 18028A N. Lexington Blvd.(Hopkins to Leopard) Homeland Insurance Company policy#793010063 0003 provides Contractors
Environmental Liability Coverage to include Contractors Pollution Liability Coverage,Transportation Pollution Liability,and Non-Owned Disposal Site Liability.
30 Days Notice of Cancellation for General Liability,Auto Liability and Workers Compensation
General Liability Policy includes CG 2032"Additional Insured—Engineers,Architects or Surveyors Not Engaged by the Named Insured"
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of Corpus Christi
PO Box 9277 AUTHORIZED REPRESENTATIVE
Corpus Christi TX
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
00 61 13 PERFORMANCE BOND BOND NO. C3264319
Contractor as Principal Surety
Name: J. Carroll Weaver, In Name: The Cincinnati Casualty Company
Mailing address (principal place of business): Mailing address(principal place of business):
PO Box 1361 6200 South Gilmore Road
Sinton,Texas 78387 Fairfield,Ohio 45014-5441
Physical address(principal place of business):
Owner 6200 South Gilmore Road
Fairfield,Ohio 45014-5441
Name: City of Corpus Christi,Texas
Mailing address (principal place of business):
Contracts and Procurement Surety is a corporation organized and existing
1201 Leopard Street under the laws of the state of: Ohio
Corpus Christi,Texas 78401
By submitting this Bond,Surety affirms its
authority to do business in the State of Texas and
Contract its license to execute bonds in the State of Texas.
Project name and number: Telephone(main number):
Project No. 18028A 972-841-4944
N. Lexington Boulevard (Hopkins Road to Telephone(for notice of claim):
Leopard Street) Bond 2018 800-635-7521
Local Agent for Su rety
Name: Higginbotham Ins.Agency
Award Date of the Contract: June 27th,2023 Address: 500 N.Shoreline Blvd., 1200
Corpus Christi,TX 78401
Contract Price: $13,925,017.67
Bond Telephone: 361-561-4236
Email Address: tbalolong@higginbotham.net
Date of Bond: July 6th,2023 The address of the surety company to which any
notice of claim should be sent may be obtained
(Date of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the
of the Contract) following toll-free number.1-800-252-3439
Performance Bond 006113-1
N.Lexington Boulevard(Hopkins Road to Leopard Street)Bond 2018 6/11/2021
Project No.18028A
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this
Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative.
The Principal and Surety bind themselves,and their heirs, administrators, executors,successors and
assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as
Principal faithfully performs the Work required by the Contract then this obligation shall be null and
void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be
pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code
as amended and all liabilities on this bond shall be determined in accordance with the provisions of said
Chapter to the some extent as if it were copied at length herein. Venue shall li exclusively in Nueces
County, Texas for any legal action.
Contractor as Prinyq$al J.CarrollWeaver, Inc. Surety The Cinci t'Casu ty Co any
Signature: Signature:
Name: Bennie Vickers Name: Tricia Balolong
Title: Vice-President Title: Attorney in Fact
Email Address: bennie@jcarrollweaverinc.com Email Address: tbalolong@higginbotham.net
(Attach Power of Attorney and place surety seal below)
♦♦♦1 Alf ii„r,
�E-; CINCINNATI, o
OHIO
e
�C� OCA♦ r �J�
END OF SECTION
Performance Bond 006113-2
N. Lexington Boulevard(Hopkins Road to Leopard Street)Bond 2018 6/11/2021
Project No.18028A
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
006116 PAYMENT BOND BOND NO. C3264319
Contractor as Principal Surety
Name: J. Carroll Weaver, Inc. Name: The Cincinnati Casualty Company
Mailing address (principal place of business): Mailing address(principal place of business):
PO Box 1361 6200 South Gilmore Road
Sinton,Texas 78387 Fairfield,Ohio 45014-5441
Physical address(principal place of business):
Owner 6200 South Gilmore Road
Fairfield,Ohio 45014-5441
Name: City of Corpus Christi,Texas
Mailing address(principal place of business):
Contracts and Procurement Surety is a corporation organized and existing
1201 Leopard Street under the laws of the state of: Ohio
Corpus Christi,Texas 78401
By submitting this Bond,Surety affirms its
authority to do business in the State of Texas and
Contract its license to execute bonds in the State of Texas.
Project name and number: Telephone (main number):
Project No. 18028A 972-841-4944
N. Lexington Boulevard (Hopkins Road Telephone(for notice of claim):
to Leopard Street) Bond 2018 800-635-7521
Local Agent for Surety
Name: Higginbotham Ins.Agency
Award Date of the Contract: June 27th,2023 Address: 500 N.Shoreline Blvd., 1200
Corpus Christi,TX 78401
Contract Price: $13,925,017.67
Telephone: 361-561-4236
Bond
Email Address: tbalolong@higginbotham.net
Date of Bond: July 6th,2023
The address of the surety company to which any
(Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained
of Contract) from the Texas Dept. of Insurance by calling the
following toll free number:1-800-252-3439
Payment Bond Form 006116-1
N.Lexington Boulevard(Hopkins Road to Leopard Street)Bond 2018 6/11/2021
Project No.18028A
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment
Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal
and Surety bind themselves,and their heirs, administrators, executors,successors and assigns,jointly
and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays
all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work
required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain
in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter
2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall
be determined in accordance with the provisions of said Chapter to the same extent as if it were copied
at length herein. Venue shall lie exclusively in Nueces County, Texas for an 'le action.
Contractor as Princia J. Carroll eaver, I Surety The Citi,Jaualty Co ny
Signature: -or Signature:
Name: Bennie Vickers Name: Tricia
Title: Vice-President Title: Attorney in Fact
Email Address: bennie@jcarrollweaverinacom Email Address: tbalolong@higginbotham.net
(Attach Power of Attorney and place surety seal below)
t- ; CINCINNATI, o
N: OHIO ,'+a
•a
END OF SECTION
Payment Bond Form 006116-2
N.Lexington Boulevard(Hopkins Road to Leopard Street)Bond 2018 6/11/2021
Project No. 18028A
DocuSign Envelope ID:AEFC6490-2E25-4036-A61D-EC5890D02F11
CACINNATI
INSURANCE COMPANIES
SURETY BOND SEAL ADDENDUM
The CINCINNATI CASUALTY COMPANY
Due to logistical issues associated with the use of traditional seals during the COVID-19 pandemic,
The Cincinnati Casualty Company ("Cincinnati") has authorized its Attorneys-in-Fact to affix
Cincinnati's corporate seal to any bond executed on behalf of Cincinnati by any such Attorney-in-Fact
by attaching this Addendum to said bond.
To the extent this Addendum is attached to a bond that is executed on behalf of Cincinnati by its
Attorney-in-Fact, Cincinnati hereby agrees that the seal below shall be deemed affixed to said bond
to the same extent as if its raised corporate seal was physically affixed to the face of the bond.
Dated this 24th day of March, 2020.
The Cincinnati Casualty Company
;-S; CINCINNATI,,o
N: OHIO ,a
By:
Stephen A.Ventre, Senior Vice President
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
THE CINCINNATI INSURANCE COMPANY
THE CINCINNATI CASUALTY COMPANY
Fairfield,Ohio
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY
COMPANY,corporations organized under the laws of the State of Ohio, and having their principal offices in the City of Fairfield, Ohio
(herein collectively called the"Companies"), do hereby constitute and appoint
William Blanchard;James R.Reid;William Mitchell Jennings;Aaron Endris;Tricia Balolong;Payton Blanchard;Lindsay Senior Gingras;
Jessica Turner and/or Allison Cantu
of Fort Worth, Texas
their true and legal Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and
deliver on behalf of the Companies as Surety, any and all bonds, policies, undertakings or other like instruments, as follows:
Any such obligations in the United States,up to
Fifty Million Dollars and No/100($50,000,000.00).
This appointment is made under and by authority of the following resolutions adopted by the Boards of Directors of The Cincinnati
Insurance Company and The Cincinnati Casualty Company,which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the President or any Senior Vice President be hereby authorized,and empowered to appoint Attorneys-in-Fact
of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and
may authorize any officer or any such Attorney-in-Fact to affix the corporate seal; and may with or without cause modify or
revoke any such appointment or authority.Any such writings so executed by such Attorneys-in-Fact shall be binding upon the
Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company.
RESOLVED, that the signature of the President or any Senior Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Vice-President and the Seal of the
Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached,continue to be valid
and binding on the Company.
IN WITNESS WHEREOF,the Companies have caused these presents to be sealed with their corporate seals, duly attested by their
President or any Senior Vice President this 16th day of March, 2021.
THE CINCINNATI INSURANCE COMPANY
THE CINCINNATI CASUALTY COMPANY
STATE OF OHIO )SS:
COUNTY OF BUTLER
On this 16th day of March, 2021 before me came the above-named President or Senior Vice President of The Cincinnati Insurance
Company and The Cincinnati Casualty Company, to me personally known to be the officer described herein, and acknowledged that the
seals affixed to the preceding instrument are the corporate seals of said Companies and the corporate seals and the signature of the
officer were duly affixed and subscribed to said instrument by the authority and direction of said corporations.
.••'SPR I.A L S '%
Keith C ett,Attorney at Law
Notary ublic—State of Ohio
My commission has no expiration date.
%qT� o�•••o'.
OF• Section 147.03 O.R.C.
I, the undersigned Secretary or Assistant Vice-President of The Cincinnati Insurance Company and The Cincinnati Casualty Company,
hereby certify that the above is the Original Power of Attorney issued by said Companies,and do hereby further certify that the said
Power of Attorney is still in full force and effect.
Given under my hand and seal of said Companies at Fairfield, Ohio, this 6th day of July 2023
cdlnauq,. o°sU Gro,//i
• .
4
:`CORPORATE �`rORPORATE ;
� SEALv " SEAL '
OHIO OHIO
BN-1457(3/21)
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
TEXAS IMPORTANT NOTICE
To obtain information or make a complaint:
You may call our toll-free telephone number for information or to make a complaint at:
1-800-635-7521
You may also write to us at:
The Cincinnati Insurance Companies or The Cincinnati Insurance Companies
6200 South Gilmore Road P,O, Box 145496
Fairfield,Ohio 45014 -5141 Cincinnati,Ohio 45250-5496
You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights
or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O.Box 149104
Austin, TX 78714-9104
FAX#(512)475-1771
Web:http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim you
should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or
condition of the attached document.
IA 4332 TX 11 09
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
,�vs car
0
kCo PQR h7��
x8'52
00 52 23 AGREEMENT
This Agreement, for the Project awarded on June 27, 2023, is between the City of Corpus Christi (Owner)
and J. Carroll Weaver, Inc. (Contractor).
Owner and Contractor agree as follows:
ARTICLE 1—WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work
is generally described as:
N. Lexington Boulevard (Hopkins Road to Leopard Street) Bond 2018
Proiect Number: 18028A
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
VMurillo@hanson-inc.com
Note to Specifier: City will complete paragraph 2.02 upon award of contract.
2.02 The Owner's Authorized Representative for this Project is:
Brett Van Hazel, PMP—Asst. Director of Engineering Services
City of Corpus Christi—Engineering Services
4917 Holly Road. Bldg.#5
Corpus Christi,TX 78411
brettvh@cctexas.com
ARTICLE 3—CONTRACT TIMES
3.01 Contract Times
A. The Work is required to be substantially completed within 365 days after the date when the
Contract Times commence to run as provided in the Notice to Proceed and is to be completed
Agreement 005223- 1
Project No. 1828A—N. Lexington Blvd (Hopkins Rd.to Leopard St.) Bond 2018 Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
and ready for final payment in accordance with Paragraph 17.16 of the General Conditions
within 395 days 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 0135 00 SPECIAL
PROCEDURES.
3.02 Liquidated Damages
A. Owner and Contractor recognize that time limits for specified Milestones, Substantial
Completion, and completion and readiness for Final Payment as stated in the Contract
Documents are of the essence of the Contract. Owner and Contractor recognize that the
Owner will suffer financial loss if the Work is not completed within the times specified in
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 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 each day
that expires after the time specified in Paragraph 3.01 for completion and readiness for
final payment until the Work is completed and ready for final payment in accordance
with Paragraph 17.16 of the General Conditions.
3. Liquidated damages for failing to timely attain Substantial Completion and Final
Completion are not additive and will not be imposed concurrently.
4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in
SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions.
5. The Owner will determine whether the Work has been completed within the Contract
Times.
B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its
actual damages resulting from the failure of Contractor to complete the Work in accordance
with the requirements of the Contract Documents.
ARTICLE 4—CONTRACT PRICE
4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract
Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed
in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that
estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and
final payment for all unit price items will be based on actual quantities, determined as provided
in the Contract Documents.
Total Base Bid Price $ 13,925,017.67
Agreement 005223-2
Project No. 1828A—N. Lexington Blvd (Hopkins Rd.to Leopard St.) Bond 2018 Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 5.02.13, less the total of
payments previously made and less set-offs determined in accordance with Paragraph 17.01
of the General Conditions.
D. At the Owner's option, 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.
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.
Agreement 005223-3
Project No. 1828A—N. Lexington Blvd (Hopkins Rd.to Leopard St.) Bond 2018 Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
Agreement 005223-4
Project No. 1828A—N. Lexington Blvd (Hopkins Rd.to Leopard St.) Bond 2018 Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 0100 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.
Agreement 005223-5
Project No. 1828A—N. Lexington Blvd (Hopkins Rd.to Leopard St.) Bond 2018 Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
ARTICLE 10—CONTRACT DOCUMENT SIGNATURES
ATTEST CITY OF CORPUS CHRISTI
LDed by: DocuSigned by,
7/20/2023 7/20/2023
Rebecca Huerta Je rey dmon s, P.E.
City Secretary Chief of Staff
ord.033084
AUTHORIZED
6/27/2023
APPROVED AS TO LEGAL FORM: BY COUNCIL
DocuSigned by: DS
J" Q � 7/20/2023 M/Sb
Assistant City Attorney
ATTEST(IF CORPORATION) CONTRACTOR
DocuSigned by:
L VUW 7/18/2023
�azrsa� PP4Fs...
(Seal Below) By: Bennie Vickers
Note: Attach copy of authorization to sign if Title: Vice President
person signing for CONTRACTOR is not President
Vice President Chief Executive Officer, or Chief PO Box 1361
Financial Officer Address
Sinton Texas 78387
City State Zip
361-222-0283 N/A
Phone Fax
bennie@jcarrollweaverinc.com
Entail
END OF SECTION
Agreement 005223-6
Project No. 1828A—N. Lexington Blvd (Hopkins Rd.to Leopard St.) Bond 2018 Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
00 30 01 BID FORM
Project
Name: N.Lexington Blvd.(Hopkins Rd.to Leopard St.)
Project
Number: 18028A
Owner: City of Corpus Christi
OAR:
Desi ner. Hanson Professional Services Inc.
By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt
of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the
Work in accordance with the Contract Documents for the Bid price.
Bidder:
J Qfarroll Weaver, (fu/llegolname OfBidder)
(signature of person with authority to bind the Bidder)
Sign aYure:t
(printed name of person signing Bid Form)
Name: p /
(title of person signing Bid Form)
Title: Vre
(signature)
Attest:
State of Residency: Texas
Federal Tx ID No. 74-1895212
Address for Notices:PO Box 1361 Sinton.Texas 78387-1361
Phone: 361-222-0283 email:benni arr Ilweaverinc.com
ADDE
qDU No, 1
ATTACIAMENrr No 'P
"'AGE 1 Off"4
�a w 00 30 01-Page 1 of 4
Rev 8/2019
Bid Form
N.Lexington Blvd(Hopkins Rd.to Leopard St.)Project No.1928A
DocuSign Envelope ID:AEFC6490-2E25-4036-A61D-EC5890D02F11
. . --I - --, 'vj--V' iuv�u�im.L-umitqwif Duujuvdiu krfopkins Road to Leopard... Report Created On:4/12/2023 7:20:30 PM
BID TOTALS
BASE BID Total
PART A-GENERAL $797,431.18
PART B-STREET IMPROVEMENTS $3,921,727.48
PART C-GAS IMPROVEMENTS $65,015.00
PART D-STORMWATER IMPROVEMENTS $3,350,959.94
,
PART E-WASTEWATER IMPOVEMENTS $1,507355.05
PART F-WATER IMPROVEMENTS ;41,52W1,2030.13
PART G-HOPKINS DITCH IMPROVEMENTS $2,741,298.89
PART H- ENVIRONMENTAL ISSUES $20,000.00
Total
$13,925,017.67
PART A-GENERAL
No. Description Unit Qty Unit Price Ext Price
Al MOBILIZATION(MAX 5% PART A) LS 1 $30,400.00 $30,400.00
A2 BONDS AND INSURANCE LS 1 $78,400.00 $78,400.00
A3 OZONE ACTION DAYS EA 6 $280.00 $1,680.00
A4 CLEAR RIGHT-OF-WAY AC 10.7 $8,848.06 $94,674.24
AS SURVEY MONUMENT EA 2 $1,680.00 $3,360.00
A6 TRAFFIC CONTROL DESIGN BY A EA 1 $147,641.09 $147,641.09
PROFESSIONAL ENGINEER(ALL PHASES)
A7 TRAFFIC CONTROL(MOBILIZATION, LS 1 $165,387.28 $165,387.28
IMPLEMENTATION,AND ADJUSTMENTS)
A8 TRAFFIC CONTROL ITEMS(SIGNS, MCI 18 $5,376.09 $96,769.62
BARRICADES,CHANNELIZING DEVICES,
LPCBs,etc)
A9 TRAFFIC CONTROL PORTABLE EA 4 $31,360.00 $125,440.00
CHANGEABLE MESSAGE BOARDS
A10 SEEDING SY 23065 $0.47 $10,840.55
All STORMWATER POLLUTION PREVENTION LS 1 $11,200.00 $11,200.00
PLAN(SWPPP)(EXCLUDING SILT PENCE
AND INLET PROTECTION)
Al2 SILT FENCE(FOR SWPPP) LF 4830 $4.48 $21,638.40
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F11 Hopkins Road to Leopard... Report Created On:4/12/2023 7:20:30 PM
A13 ALLOWANCE FOR UNANTICIPATED AL 1 $10,000.00 $10,000.00
GENERAL ACTIVITIES
Subtotal: $797,431.18
PART B-STREET IMPROVEMENTS
No. Description Unit Qty Unit Price Ext Price
B1 MOBILIZATION (MAX 5% PART B) LS 1 $121,586.67 $121,586.67
B2 2.5 INCH TYPE D HMAC(FINAL SURFACE) SY 12157 $33.98 $413,094.86
B3 4.5 INCH TYPE B HMAC(INITIAL SY 12157 $47.16 $573,324.12
SURFACE)
B4 ONE COURSE SURFACE TREATMENT SY 12157 $7.38 $89,718.66
(UNDERSEAL)
B5 PRIME COAT, MC-30(0.15 GAL/SY) GAL 1823.55 $6.84 $12,473.08
B6 11 INCH CRUSHED LIMESTONE FLEXIBLE SY 13904 $43.96 $611,219.84
BASE MATERIAL(TYPE A, GRADE 1-2)
B7 8 INCH CEMENT STABILIZED SUBGRADE SY 13904 $16.53 $229,833.12
B8 PROOF ROLLING HR 16 $138.88 $2,222.08
B9 STREET EXCAVATION SY 12157 $24.20 $294,199.40
B10 REFL PAV MRK TY I (Y)4"(BRK)(090MIL) LF 780 $1.40 $1,092.00
B11 REFL PAV MRK TY I(W)4"(SLD)(090MIL) LF 7841 $0.78 $6,115.98
B12 REFL PAV MRK TY I(W)8"(SLD)(090MIL) LF 140 $1.57 $219.80
B13 REFL PAV MRK TY I(Y)4"(SLD)(090MIL) LF 2027 $1.01 $2,047.27
B14 REFL PAV MRK TY C HEAT APPLIED LF 58 $16.80 $974.40
PREFAB PREFORMED THERMOPLASTIC
(W)24"(SLD)(125MIL)
B15 REFL PAV MRKTY C HEATAPPLIED EA 8 $56.00 $448.00
PREFAB PREFORMED THERMOPLASTIC
(W) 18"(YLD TRI)(125MIL)
B16 REFL PAV MRKR TY II-A-A EA 70 $5.60 $392.00
B17 REFL PAV MRKR TY II-C-R EA 2 $5.60 $11.20
B18 REFL PAV MRKR TY II-B-B EA 14 $5.60 $78.40
B19 6 INCH CONCRETE DRIVEWAY SF 73545 $18.48 $1,359,111.60
B20 EXISTING DRIVEWAY DEMOLITION SF 73950 $2.14 $158,253.00
(INCLUDES ALL MATERIAL TYPES)
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F11 Hopkins Road to Leopard... Report Created On:4/12/2023 7:20:30 PM
B21 REMOVE, REPLACE,AND RELOCATE EA 5 $392.00 $1,960.00
EXISTING MAILBOX
B22 FURNISH AND INSTALL ROADSIDE EA 24 $952.00 $22,848.00
TRAFFIC SIGN AND SIGN SUPPORT
(TRIANGULAR SLIPBASE)
B23 REMOVE ROADSIDE SIGN,SUPPORT, EA 5 $100.80 $504.00
AND ASSEMBLY
B24 ALLOWANCE FOR UNANTICIPATED AL 1 $20,000.00 $20,000.00
STREET IMPROVEMENTS
Subtotal: $3,921,727.48
PART C-GAS IMPROVEMENTS
No. Description Unit Qty Unit Price Ext Price
C1 GAS AND PIPELINE EXPLORATORY LS 1 $24,640.00 $24,640.00
EXCAVATION
C2 EXCAVATION, BACKFILL AND LF 500 $40.75 $20,375.00
COMPACTION OF TRENCH GAS LINE
(ADJUSTMENT TO BE COMPLETED BY
THE CITY OF CORPUS CHRISTI GAS
DEPARTMENT)
C3 ALLOWANCE FOR UNANTICIPATED GAS AL 1 $20,000.00 $20,000.00
IMPROVEMENTS
Subtotal: $65,015.00
PART D-STORMWATER IMPROVEMENTS
No. Description Unit Qty Unit Price Ext Price
D1 MOBILIZATION (MAX 50/o PART D) LS 1 $126,391.67 $126,391.67
D2 CONCRETE RIPRAP SY 771 $15.68 $12,089.28
D3 DRIVEWAY CURB AND GUTTER LF 101 $17.92 $1,809.92
D4 CURB AND GUTTER DEMOLITION LF 101 $26.12 $2,638.12
D5 24" REINFORCED CONCRTE PIPE(CLASS LF 947 $173.94 $164,721.18
III)
D6 30" REINFORCED CONCRETE PIPE LF 282 $332.36 $93,725.52
(CLASS III)
D7 30" REINFORCED CONCRETE ARCH PIPE LF 919 $426.72 $392,155.68
(CLASS III)
D8 36" REINFORCED CONCRETE PIPE LF 1590 $268.30 $426,597.00
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F11 Hopkins Road to Leopard... Report Created On:4/12/2023 7:20:30 PM
(Cl ASS 111)
D9 36" REINFORCED CONCRETE ARCH PIPE LF 852 $273.24 $232,800.48
(CLASS III)
D10 42" REINFORCED CONCRETE PIPE LF 165 $451.72 $74,533.80
(CLASS III)
D11 6'X2' REINFORCED CONCRETE BOX LF 92 $928.15 $85,389.80
D12 7'X3' REINFORCED CONCRETE BOX LF 257 $1,157.64 $297,513.48
D13 10'X4' REINFORCED CONCRETE BOX LF 96 $2,529.85 $242,865.60
D14 6'X2' REINFORCED CONCRETE BOX EA 6 $5,359.06 $32,154.36
SAFETY END TREATMENT
D15 7'X3' REINFORCED CONCRETE BOX EA 1 $25,200.00 $25,200.00
SAFETY END TREATMENT
D16 10'X4' REINFORCED CONCRETE BOX EA 6 $25,200.00 $151,200.00
SAFETY END TREATMENT
D17 24" DOUBLE BARREL SAFETY END EA 6 $5,040.00 $30,240.00
TREATMENT(TY II)(RCP)(4: 1)(P)
D18 24"TRIPLE BARREL SAFETY END EA 10 $6,160.00 $61,600.00
TREATMENT(TY II)(RCP)(4: 1)(P)
D19 30" DOUBLE BARREL SAFETY END EA 4 $3,920.00 $15,680.00
TREATMENT(TY II)(ARCH)(4: 1)(P)
D20 30"TRIPLE BARREL SAFETY END EA 6 $7,280.00 $43,680.00
TREATMENT(TY II)(RCP)(4: 1)(P)
D21 36"TRIPLE BARREL SAFETY END EA 26 $5,040.00 $131,040.00
TREATMENT(TY II)(RCP)(4: 1)(P)
D22 30"TRIPLE BARREL SAFETY END EA 4 $7,280.00 $29,120.00
TREATMENT(TY II)(ARCH)(4: 1)(P)
D23 36"TRIPLE BARREL SAFETY END EA 10 $11,200.00 $112,000.00
TREATMENT(TY II)(ARCH)(4: 1)(P)
D24 HEADWALL(CH-FW-0)(DIA=42 IN) EA 2 $7,280.00 $14,560.00
D25 CONCRETE HEADWALL(7'X3') EA 1 $25,200.00 $25,200.00
D26 CONCRETE WINGWALLS(FW-S)(7'X3') EA 1 $28,000.00 $28,000.00
D27 REMOVE EXISTING GRATE INLET EA 2 $5,276.77 $10,553.54
D28 REMOVE STORM SURFACE END EA 28 $5,276.77 $147,749.56
TREATMENT
D29 REMOVE EXISTING STORM PIPE LF 3313 $49.28 $163,264.64
D30 DITCH RESHAPING, EXCAVATION, LF 5753 $21.27 $122,366.31
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
11U. 1UV4VM M L-WAIII!jLVII DUUit:Vd[U kHopkins Road to Leopard... Report Created On:4/12/2023 7:20:30 PM
COMPACTION,AND REGRADING
D31 TRENCH SAFETY FOR PIPE AND BOX LF 5200 $5.60 $29,120.00
CULVERTS
D32 ALLOWANCE FOR UNANTICIPATED AL 1 $25,000.00 $25,000.00
STORMWATER IMPROVEMENTS
Subtotal:$3,350,959.94
PART E-WASTEWATER IMPOVEMENTS
No. Description Unit Qty Unit Price Ext Price
171,778.81 $71,778.81
El MOBILIZATION(MAX 5% PART E) LS 1
E2 REMOVE EXISTING WASTEWATER LINE LF 1600 $19.75 $31,600.00
E3 REMOVE EXISTING WASTEWATER EA 5 $8,887.12 $44,435.60
MANHOLE
E4 10"PVC(SDR 26 ASTM D3034) LF 198 $157.74 $31,232.52
WASTEWATER GRAVITY LINE
E5 PIPE BURST EXISTING 8"VCP W/10" LF 1702 $162.40 $276,404.80
HDPE
E6 PIPE BURST EXISTING 10"VCP W/12" LF 1475 $196.00 $289,100.00
HDPE
E7 12"PVC(SDR 26)WASTEWATER GRAVITY LF 1600 $111.79 $178,864.00
LINE
E8 TRENCH SAFETY FOR WASTEWATER LF 1798 $8.96 $16,110.08
LINES
E9 TRENCH SAFETY FOR WASTEWATER EA 6 $896.00 $5,376.00
MANHOLES
E10 20"STEEL CASING LF 218 $296.10 $64,549.80
Ell MANHOLE REHABILITATION W/ EA 8 $15,680.00 $125,440.00
FIBERGLASS LINER AND ADJUST TOP TO
GRADE
E12 4'DIAMETER WASTEWATER MANHOLE EA 5 $13,440.00 $67,200.00
(LESS THAN 8'DEPTH)
E13 WASTEWATER BY-PASSING LS 1 $106,400.00 $106,400.00
E14 WASTEWATER SERVICE EA 32 $3,862.42 $123,597.44
RECONNECTIONS
E15 ALLOWANCE FOR UNANTICIPATED AL 1 $10,000.00 $10,000.00
WASTEWATER IMPROVEMENTS
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
," r,V)VI,LINV, ,ov4ott IN.4enuIyunI ouuievdru kHopkins Road to Leopard... Report Created On:4/12/2023 7:20:30 PM
E16 4'DIAMETER WASTEWATER MANHOLE EA 2 $25,200.00 $50,400.00
(GREATER THAN 8' DEPTH)
E17 8" PVC(SDR 26)WASTEWATER GRAVITY LF 100 $148.66 $14,866.00
LINE
ubtotat:
PART -WATER IMPROVEMENTS
No. Description Unit Qty Unit Price Ext Price
$72,439.53 $72,439.53
F1 MOBILIZATION(MAX 5%PART F) LS 1
F2 6"C900 PVC WATERLINE LF 73 $174.04 $12,704.92
F3 8"C900 PVC WATERLINE LF 7243 $102.64 $743,421.52
F4 8"D.I.M.J CROSS EA 1 $1,680.00 $1,680.00
F5 6"D.I.M.J.90 DEG BEND EA 22 $784.00 $17,248.00
F6 8"D.I.M.J.45 DEG BEND EA 32 $896.00 $28,672.00
F7 8"X6"D.I.M J.TEE EA 26 $1,262.28 $32,819.28
F8 8"X8"D.I.M).TEE EA 5 $1,291.40 $6,457.00
F9 8"GATE VALVE EA 18 $3,781.86 $68,073.48
F10 8"X6"D.I.M J. REDUCING TEE EA 5 $1,291.40 $6,457.00
F11 TRENCH SAFETY FOR WATERLINES LF 7316 $5.60 $40,969.60
F12 6"D.I.MJ. LONG PATTERN SLEEVE(1- EA 2 $941.94 $1,883.88
FOOT MIN.)
F13 8 INCH D.I.M J.LONG PATTERN SLEEVE EA 1 $1,757.34 $1,757.34
(1-FOOT MIN.)
F14 REMOVE EXISTING WATERLINE LF 150 $32.86 $4,929.00
F15 GROUT FILL AND ABANDON IN PLACE LF 7081 $10.08 $71,376.48
EXISTING WATERLINE
F16 REMOVE EXISTING FIRE HYDRANT EA 10 $1,234.32 $12,343.20
ASSEMBLY AND FITTINGS
F17 FIRE HYDRANT ASSEMBLIES EA 29 $10,513.70 $304,897.30
F18 WATERLINE RECONNECTIONS EA 6 $2,577.66 $15,465.96
F19 1"WATER SERVICE RECONNECTIONS EA 36 $1,878.74 $67,634.64
(INCLUDING ADJUSTING EXISTING
METER AND METER BOX TO GRADE)
F20 ALLOWANCE FOR UNANTICIPATED AL 1 $10,000.00 $10,000.00
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
—vi—t vAu. iov4ot--im.t-urmytuti ouumvaru thlopkins Road to Leopard... Report Created On:4/12/2023 7:20:30 PM
WATFR IMPROVEMFNTr,
-'subtotal,"10
4
$1,521,230.1
PART G-HOPKINS DITCH IMPROVEMENTS
No. Description Unit Qty Unit Price Ext Price
G1 MOBILIZATION(Max 5%Part G) LS 1 $122,456.91 $122,456.91
G2 HYDROMULCH SY 34778 $0.47 $16,345.66
G3 7'x5' RCB LF 164 $1,385.25 $227,181.00
G4 6'x6'RCB LF 933 $1,262.90 $1,178,285.70
G5 8'x7' RCB LF 288 $1,722.01 $495,938.88
G6 36" RCP LF 40 $387.83 $15,513.20
G7 24" RCP LF 60 $174,03 $10,441.80
G8 EXISITING 36" RCP TO BE REMOVED LF 56 $49.30 $2,760.80
G9 EXISITING 42" RCP TO BE REMOVED LF 164 $49.30 $8,085.20
G10 EXISITING 54" RCP TO BE REMOVED LF 138 $49.30 $6,803.40
G11 EXISITING 60" RCP TO BE REMOVED LF 203 $49.30 $10,007.90
G12 EXISITING 48"CMP TO BE REMOVED LF 214 $49.30 $10,550.20
G13 EXISITING 6'x4'BOX CULVERTTO BE LF 96 $49.30 $4,732.80
REMOVED
G14 EXISITING 9'x5'BOX CULVERT TO BE LF 87 $49.30 $4,289.10
REMOVED
G15 24"SINGLE BARREL HEADWALL EA 1 $5,040.00 $5,040.00
G16 24"DOUBLE BARREL SAFETY END EA 1 $13,440.00 $13,440.00
TREATMENT
G17 36"SINGLE BARREL SAFETY END EA 1 $8,400.00 $8,400.00
TREATMENT
G18 JUNCTION BOX SAFETY END TREATMENT EA 1 $25,200.00 $25,200.00
G19 6'X6'WINGWALL EA 12 $8,400.00 $100,800.00
G20 8'X7'WINGWALL EA 2 $25,200.00 $50,400.00
G21 SURFACE END TREATMENT REMOVAL EA 5 $49.31 $246.55
DEMOLITION
G22 CONCRETE PLATING SF 2298 $17.11 $39,318.78
G23 WINGWALL REMOVAL/DEMOLITION EA 3 $49.31 $147.93
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F11 Hopkins Road to Leopard... Report Created On:4/12/2023 7:20:30 PM
G24 PAVEMENT REPAIR SF 2531 $16.80 $42,520.80
G25 GRAVEL DRIVEWAY REPAIR SF 7295 $10.08 $73,533.60
G26 PAVEMENT/DRIVEWAY DEMOLITION SF 6274 $9.76 $61,234.24
G27 HOPKINS DITCH EXCAVATION LF 8074 $12.13 $97,937.62
G28 EMBANKMENT(SHOULDER UP) CY 428 $55.95 $23,946.60
G29 CLEAR RIGHT-OF-WAY(FOR HOPKINS AC 13 $1,577.74 $20,510.62
DITCH)
G30 TREE REMOVAL EA 6 $1,680.00 $10,080.00
G31 RIPRAP SY 1002 $16.80 $16,833.60
G32 TRENCH SAFTEY FOR STORM WATER LF 1485 $5.60 $8,316.00
LINES
G33 ALLOWANCE FOR UNANTICIPATED AL 1 $30,000.00 $30,000.00
DITCH IMPROVEMENTS
Subtotal: $2,741,298.89
PART H- ENVIRONMENTAL ISSUES
No. Description Unit Qty Unit Price Ext Price
H1 ALLOWANCE FOR UNANTICIPATED AL 1 $20,000.00 $20,000.00
ENVIRONMENTAL ISSUES
Subtotal: $20,000.00
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
CONTRACT DOCUMENTS
FOR CONSTRUCTION OF
N . LEXINGTON BLVD.
( HOPKINS RD. TO LEOPARD ST. )
(Bond 2018)
PROJECT NUMBER 18028A
Poi
HANSON ...
VpR,...
ICT .......
<400000
MURILLIJ
rs 4% 137895 '�s
Engineering I Planning I Allied Services r�iv,�:•. l�CENS`�0,.�:�` i
�s • :W
Hanson Professional Services Inc, N
4501 Gollihar Road, Corpus Christi, Texas 361-814-9900
CONFORMED/FINAL TX Firm No. F-417"
CONSTRUCTION
SPECIFICATIONS
ASSEMBLED 04/20/2023
Record Drawing Number STR 891
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
000100 TABLE OF CONTENTS
Division/ Title
Section
Division 00 Preface Documents
00 00 00 Cover Sheet
000100 Table of Contents
Division 00 Procurement and Contracting Requirements
00 52 23 Ag etmtq(Rev 12-2021)
00 72 00 General Conditions(Rev6-2021)
..........................................................................................
00 73 00 S.p.p.p.limin) iry._ indiii'ipins(Rev2-2020)
0091 01 Addendum No. 1
Division 01 General Requirements
01 11 00 S_,_rn rn_ ryoWork(Rev 10-zo18)g
01 23 10 Il2nnaresaind_Al.ln in .e_�(Rev s-zozo)i _ - _ -
012901 IIS_e_asua.iremen:t.._a.ind..B sii_s..foir._Payim_gnit.(Revs-zozo)
01 33 01 S_�,u_bmiittall.._Re iisteir(Rev 10-2018)
01 50 00 lie.irtt p.gjrgiry.._ _ iillii:t.ii s.._ .ind.._ intir ls,(Rev 8-2019)
01 57 00 1CimeoirirXpr�tirll_s._(Rev8-zo19)
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 60 Channel Excavation
02 20 80 Embankment
022100 Select Material
02 24 20 Silt Fence
02 52 02 Scarifying and Reshaping Base Course
Table of Contents 000100-1
N. Lexington Blvd. (Hopkins Dr.to Leopard St.) Project No. 18028A Rev 12/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Division/ Title
Section
02 52 05 Pavement Repair, Curb, Gutter, Sidewalk, & Driveway Replacement
02 52 10 Lime Stabilization
02 52 23 Crushed Limestone Flexible Base
02 54 04 Asphalts, Oils, & Emulsions
02 54 12 Prime Coat
02 54 14 Aggregate for Surface Treatment
02 54 16 Seal Coat
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 20 Portland Cement Concrete Pavement
02 58 02 Temporary Traffic Controls During Construction
02 58 05 Work Zone Pavement Markings
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 00 Control of Wastewater Flows (Temporary Bypass Pumping Systems)
02 72 02 Manholes
Table of Contents 000100-2
N. Lexington Blvd. (Hopkins Dr.to Leopard St.) Project No. 18028A Rev 12/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Division/ Title
Section
02 72 03 Vacuum Testing of Wastewater Manhole and Structures
02 72 05 Fiberglass Manholes
02 74 02 Reinforced Concrete Pipes
02 74 04 Reinforced Concrete Boxes
02 76 02 Gravity Wastewater Lines
02 76 04 Disposal of Waste from Wastewater Cleaning Operations
02 76 06 Wastewater Service Lines
02 76 11 Cleaning and Televised Inspection of Conduits
02 76 18 Wastewater Rehabilitation Pipe Bursting for Gravity Sewer
02 80 40 Sodding
02 82 00 Mailbox Relocation
03 00 20 Portland Cement Concrete
03 20 20 Reinforcing Steel
03 70 40 Epoxy Compounds (S-44)
03 80 00 Concrete Structures
05 54 20 Frames, Grates, Rings, & Covers
Appendix Title
1 Geotechnical Report
2 Subsurface Utility Exploration
3 AT&T Conflict Resolution Subsurface Utility Exploration
END OF SECTION
Table of Contents 000100-3
N. Lexington Blvd. (Hopkins Dr.to Leopard St.) Project No. 18028A Rev 12/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
0
x855
00 52 23 AGREEMENT
This Agreement 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:
N. Lexington Boulevard (Hopkins Road to Leopard Street)
Proiect Number 18028A
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
VMurillo@hanson-inc.com
Note to Specifier: City will complete paragraph 2.02 upon award of contract.
2.02 The Owner's Authorized Representative for this Project is:
Mai Bernal—Major Projects Engineer
City of Corpus Christi—Engineering Services
4917 Holly Road, Bldg.#5
Corpus Christi,TX,78411
MaiB@cctexas.com
ARTICLE 3—CONTRACT TIMES
3.01 Contract Times
A. The Work is required to be substantially completed within 550 days after the date when the
Contract Times commence to run as provided in the Notice to Proceed and is to be completed
and ready for final payment in accordance with Paragraph 17.16 of the General Conditions
within 580 days after the date when the Contract Times commence to run.
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-1
PAGE 1 OF 6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 0135 00 SPECIAL
PROCEDURES.
3.02 Liquidated Damages
A. Owner and Contractor recognize that time limits for specified Milestones, Substantial
Completion, and completion and readiness for Final Payment as stated in the Contract
Documents are of the essence of the Contract. Owner and Contractor recognize that the
Owner will suffer financial loss if the Work is not completed within the times specified in
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 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 each day
that expires after the time specified in Paragraph 3.01 for completion and readiness for
final payment until the Work is completed and ready for final payment in accordance
with Paragraph 17.16 of the General Conditions.
3. Liquidated damages for failing to timely attain Substantial Completion and Final
Completion are not additive and will not be imposed concurrently.
4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in
SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions.
5. The Owner will determine whether the Work has been completed within the Contract
Times.
B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its
actual damages resulting from the failure of Contractor to complete the Work in accordance
with the requirements of the Contract Documents.
ARTICLE 4—CONTRACT PRICE
4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract
Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed
in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that
estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and
final payment for all unit price items will be based on actual quantities, determined as provided
in the Contract Documents.
Total Base Bid Price $
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-2
PAGE2OF6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 5.02.13, less the total of
payments previously made and less set-offs determined in accordance with Paragraph 17.01
of the General Conditions.
D. At the Owner's option, 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.
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.
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-3
PAGE3OF6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-4
PAGE4OF6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
Contractorthat 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 0100 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.
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-5
PAGE5OF6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
ARTICLE 10—CONTRACT DOCUMENT SIGNATURES
ATTEST CITY OF CORPUS CHRISTI
Rebecca Huerta Jeffrey Edmonds, P.E.
City Secretary 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 Title:
person signing for CONTRACTOR is not President,
Vice President, Chief Executive Officer, or Chief
Financial Officer Address
City State Zip
Phone Fax
EMail
END OF SECTION
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-6
PACE 6 OF 6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
00 72 00 GENERAL CONDITIONS
Table of Contents
Page
Article 1—Definitions and Terminology .....................................................................................................10
1.01 Defined Terms.............................................................................................................................10
1.02 Terminology................................................................................................................................15
Article2—Preliminary Matters...................................................................................................................16
2.01 Delivery of Bonds and Evidence of Insurance.............................................................................16
2.02 Copies of Documents..................................................................................................................16
2.03 Project Management System......................................................................................................16
2.04 Before Starting Construction ......................................................................................................17
2.05 Preconstruction Conference; Designation of Authorized Representatives................................17
Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................17
3.01 Intent...........................................................................................................................................17
3.02 Reference Standards...................................................................................................................18
3.03 Reporting and Resolving Discrepancies......................................................................................19
3.04 Interpretation of the Contract Documents.................................................................................20
3.05 Reuse of Documents...................................................................................................................20
Article 4—Commencement and Progress of the Work..............................................................................20
4.01 Commencement of Contract Times; Notice to Proceed.............................................................20
4.02 Starting the Work........................................................................................................................20
4.03 Progress Schedule.......................................................................................................................21
4.04 Delays in Contractor's Progress..................................................................................................21
Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions...................................................................................................................................................22
5.01 Availability of Lands....................................................................................................................22
5.02 Use of Site and Other Areas........................................................................................................22
5.03 Subsurface and Physical Conditions............................................................................................23
5.04 Differing Subsurface or Physical Conditions...............................................................................24
5.05 Underground Facilities................................................................................................................25
5.06 Hazardous Environmental Conditions at Site .............................................................................26
Article 6—Bonds and Insurance .................................................................................................................28
6.01 Performance, Payment, and Other Bonds..................................................................................28
General Conditions 007200-1
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
6.02 Licensed Sureties ........................................................................................................................29
6.03 Required Minimum Insurance Coverage....................................................................................29
6.04 General Insurance Provisions......................................................................................................29
6.05 Contractor's Insurance................................................................................................................30
6.06 Property Insurance......................................................................................................................33
6.07 Waiver of Rights..........................................................................................................................34
6.08 Owner's Insurance for Project....................................................................................................34
6.09 Acceptable Evidence of Insurance..............................................................................................35
6.10 Certificate of Insurance...............................................................................................................35
6.11 Insurance Policies........................................................................................................................35
6.12 Continuing Evidence of Coverage...............................................................................................35
6.13 Notices Regarding Insurance ......................................................................................................35
6.14 Texas Workers' Compensation Insurance Required Notice .......................................................36
Article 7-Contractor's Responsibilities.....................................................................................................38
7.01 Supervision and Superintendence..............................................................................................38
7.02 Labor; Working Hours.................................................................................................................38
7.03 Services, Materials, and Equipment ...........................................................................................39
7.04 Concerning Subcontractors, Suppliers, and Others....................................................................39
7.05 Patent Fees and Royalties...........................................................................................................40
7.06 Permits........................................................................................................................................41
7.07 Taxes...........................................................................................................................................41
7.08 Laws and Regulations..................................................................................................................41
7.09 Safety and Protection .................................................................................................................42
7.10 Safety Representative.................................................................................................................43
7.11 Hazard Communication Programs..............................................................................................43
7.12 Emergencies................................................................................................................................43
7.13 Contractor's General Warranty and Guarantee .........................................................................43
7.14 INDEMNIFICATION......................................................................................................................44
7.15 Delegation of Professional Design Services................................................................................45
Article 8-Other Work at the Site...............................................................................................................46
8.01 Other Work.................................................................................................................................46
8.02 Coordination ...............................................................................................................................47
8.03 Legal Relationships......................................................................................................................47
General Conditions 007200-2
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Article 9—Owner's and OPT's Responsibilities...........................................................................................48
9.01 Communications to Contractor ..................................................................................................48
9.02 Replacement of Owner's Project Team Members......................................................................48
9.03 Furnish Data................................................................................................................................48
9.04 Pay When Due.............................................................................................................................48
9.05 Lands and Easements; Reports and Tests...................................................................................48
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......................................................................49
9.11 Compliance with Safety Program................................................................................................49
Article 10—OAR's and Designer's Status During Construction ..................................................................49
10.01 Owner's Representative..........................................................................................................49
10.02 Visits to Site.............................................................................................................................49
10.03 Resident Project Representatives...........................................................................................49
10.04 Rejecting Defective Work........................................................................................................49
10.05 Shop Drawings, Modifications and Payments.........................................................................50
10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................50
10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................50
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 ........................................................................................................52
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
General Conditions 007200-3
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
12.04 Substitutions...........................................................................................................................55
Article13—Claims.......................................................................................................................................56
13.01 Claims......................................................................................................................................56
13.02 Claims Process.........................................................................................................................57
Article 14—Prevailing Wage Rate Requirements.......................................................................................58
14.01 Payment of Prevailing Wage Rates.........................................................................................58
14.02 Records....................................................................................................................................58
14.03 Liability; Penalty; Criminal Offense.........................................................................................59
14.04 Prevailing Wage Rates.............................................................................................................59
Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................59
15.01 Cost of the Work.....................................................................................................................59
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........................................67
17.01 Progress Payments..................................................................................................................67
17.02 Application for Payment.........................................................................................................69
17.03 Schedule of Values..................................................................................................................71
17.04 Schedule of Anticipated Payments and Earned Value............................................................72
17.05 Basis for Payments..................................................................................................................73
17.06 Payment for Stored Materials and Equipment.......................................................................73
17.07 Retainage and Set-Offs ...........................................................................................................74
17.08 Procedures for Submitting an Application for Payment.........................................................74
17.09 Responsibility of Owner's Authorized Representative...........................................................75
17.10 Contractor's Warranty of Title................................................................................................76
General Conditions 007200-4
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
17.11 Substantial Completion...........................................................................................................76
17.12 Partial Utilization.....................................................................................................................77
17.13 Final Inspection.......................................................................................................................77
17.14 Final Application for Payment.................................................................................................77
17.15 Final Payment..........................................................................................................................78
17.16 Waiver of Claims.....................................................................................................................78
17.17 Correction Period....................................................................................................................78
Article 18-Suspension of Work and Termination.....................................................................................79
18.01 Owner May Suspend Work.....................................................................................................79
18.02 Owner May Terminate for Cause............................................................................................79
18.03 Owner May Terminate For Convenience................................................................................80
Article 19-Project Management...............................................................................................................81
19.01 Work Included.........................................................................................................................81
19.02 Quality Assurance ...................................................................................................................81
19.03 Document Submittal...............................................................................................................81
19.04 Required Permits ....................................................................................................................81
19.05 Safety Requirements...............................................................................................................82
19.06 Access to the Site....................................................................................................................82
19.07 Contractor's Use of Site..........................................................................................................82
19.08 Protection of Existing Structures and Utilities........................................................................83
19.09 Pre-Construction Exploratory Excavations..............................................................................83
19.10 Disruption of Services/Continued Operations........................................................................84
19.11 Field Measurements ...............................................................................................................84
19.12 Reference Data and Control Points.........................................................................................84
19.13 Delivery and Storage...............................................................................................................85
19.14 Cleaning During Construction.................................................................................................86
19.15 Maintenance of Roads, Driveways, and Access......................................................................86
19.16 Area Access and Traffic Control..............................................................................................87
19.17 Overhead Electrical Wires.......................................................................................................87
19.18 Blasting....................................................................................................................................87
19.19 Archeological Requirements...................................................................................................87
19.20 Endangered Species Resources...............................................................................................88
19.21 Cooperation with Public Agencies..........................................................................................88
General Conditions 007200-5
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Article 20—Project Coordination................................................................................................................88
20.01 Work Included.........................................................................................................................88
20.02 Document Submittal...............................................................................................................88
20.03 Communication During Project...............................................................................................89
20.04 Project Meetings.....................................................................................................................89
20.05 Requests for Information........................................................................................................91
20.06 Decision and Action Item Log..................................................................................................91
20.07 Notification By Contractor......................................................................................................92
20.08 Record Documents..................................................................................................................92
Article 21—Quality Management...............................................................................................................94
21.01 Contractor's Responsibilities ..................................................................................................94
21.02 Quality Management Activities by OPT..................................................................................95
21.03 Contractor's Use of OPT's Test Reports..................................................................................96
21.04 Documentation .......................................................................................................................96
21.05 Standards................................................................................................................................97
21.06 Delivery and Storage...............................................................................................................97
21.07 Verification Testing for Corrected Defects..............................................................................97
21.08 Test Reports............................................................................................................................97
21.09 Defective Work .......................................................................................................................98
21.10 Limitation of Authority of Testing Laboratory........................................................................98
21.11 Quality Control Plan................................................................................................................98
21.12 Implement Contractor's Quality Control Plan ......................................................................100
Article 22—Final Resolution of Disputes..................................................................................................101
22.01 Senior Level Negotiations .....................................................................................................101
22.02 Mediation..............................................................................................................................101
Article 23—Minority/MBE/DBE Participation Policy................................................................................102
23.01 Policy.....................................................................................................................................102
23.02 Definitions.............................................................................................................................102
23.03 Goals......................................................................................................................................103
23.04 Compliance............................................................................................................................104
Article 24—Document Management........................................................................................................104
24.01 Work Included.......................................................................................................................104
24.02 Quality Assurance .................................................................................................................104
General Conditions 007200-6
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
24.03 Contractor's Responsibilities ................................................................................................104
24.04 Document Submittal.............................................................................................................105
24.05 Document Numbering ..........................................................................................................105
24.06 Document Requirements......................................................................................................106
Article25—Shop Drawings.......................................................................................................................107
25.01 Work Included.......................................................................................................................107
25.02 Quality Assurance .................................................................................................................107
25.03 Contractor's Responsibilities ................................................................................................107
25.04 Shop Drawing Requirements ................................................................................................109
25.05 Special Certifications and Reports........................................................................................109
25.06 Warranties and Guarantees..................................................................................................110
25.07 Shop Drawing Submittal Procedures....................................................................................110
25.08 Sample and Mockup Submittal Procedures..........................................................................112
25.09 Equal Non Specified Products...............................................................................................113
25.10 Requests for Deviation..........................................................................................................113
25.11 Designer Responsibilities......................................................................................................114
25.12 Resubmission Requirements.................................................................................................116
Article26—Record Data ...........................................................................................................................117
26.01 Work Included.......................................................................................................................117
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..................................................................................................119
26.07 Record Data Submittal Procedures.......................................................................................119
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 ..............................................................................124
General Conditions 007200-7
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
28.01 Work Included.......................................................................................................................124
28.02 Quality Assurance .................................................................................................................124
28.03 Document Submittal.............................................................................................................124
28.04 Photographs..........................................................................................................................125
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 ............................................................................................127
29.05 Transfer of Utilities ...............................................................................................................127
29.06 Warranties, Bonds and Service Agreements.........................................................................127
Article30-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 ..........................................................................................................130
30.09 No Third Party Beneficiaries .................................................................................................130
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...........................................................................................................131
30.17 Enforcement..........................................................................................................................131
30.18 Subject to Appropriation.......................................................................................................131
30.19 Contract Sum.........................................................................................................................131
30.20 Contractor's Guarantee as Additional Remedy....................................................................131
General Conditions 007200-8
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
30.21 Notices. .................................................................................................................................131
General Conditions 007200-9
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Documents.
7. Bidding Documents — The solicitation documents, the proposed Contract Documents
and Addenda.
8. Bidder—An individual or entity that submits a Bid to Owner.
9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety
instruments executed by Surety. When in singular form, refers to individual instrument.
10. Change Order-A document issued on or after the Effective Date of the Contract,which
modifies the Work, Contract Price, Contract Times, or terms and conditions of the
Contract.
11. Change Proposal - A document submitted by Contractor in accordance with the
requirements of the Contract Documents:
a. Requesting an adjustment in Contract Price or Contract Times;
b. Contesting an initial decision concerning the requirements of the Contract
Documents or the acceptability of Work under the Contract Documents;
c. Challenging a set-off against payment due; or
d. Seeking a Modification with respect to the terms of the Contract.
12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the
preconstruction conference or in the Notice to Proceed.
General Conditions 007200-10
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
13. 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. Claims must be initiated by
written notice, signed and sworn to be an authorized corporate officer, verifying the
truth and accuracy of the Claim.
14. 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.
15. Contract -The entire integrated set of documents concerning the Work and describing
the relationship between the Owner and Contractor.
16. 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.
17. Contract Documents - Those items designated as Contract Documents in the
Agreement.
18. 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.
19. Contract Times-The number of days or the dates by which Contractor must:
a. Achieve specified Milestones;
b. Achieve Substantial Completion; and
c. Complete the Work.
20. Contractor-The individual or entity with which Owner has contracted for performance
of the Work.
General Conditions 007200-11
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
21. 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.
22. Cost of the Work -The sum of costs incurred for the proper performance of the Work
as allowed by Article 15.
23. 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
24. 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.
25. 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.
26. Effective Date of the Contract -The date indicated in the Agreement on which the City
Manager or designee has signed the Contract.
27. 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.
28. 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.
29. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs
resulting from claims or demands against Owner. These costs include fees for engineers,
architects, attorneys, and other professionals.
30. 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.
31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real
property, or personal property.
General Conditions 007200-12
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
32. 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.
33. 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.
34. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected
Bidder.
35. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is
to begin.
36. 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 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.
37. 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.
38. 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.
39. 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.
40. 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.
41. Project - The total undertaking to be accomplished for Owner under the Contract
Documents.
42. Project Manual — That portion of the Contract Documents that may include the
following: introductory information,solicitation requirements and responses, proposal,
Contract forms and General and Supplementary Conditions, General Requirements,
Specification, Drawings, Project Safety Manual and Addenda.
43. 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.
General Conditions 007200-13
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
44. 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.
45. Schedule of Documents-A schedule of required documents, prepared and maintained
by Contractor.
46. 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.
47. 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.
48. 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.
49. 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.
50. 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.
51. 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.
52. Supplementary Conditions -The part of the Contract that amends or supplements the
General Conditions.
53. 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.
54. 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.
55. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and
encasements containing these facilities which are used to convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, fiber optic
transmissions, cable television, water, wastewater, storm water, other liquids or
chemicals, or traffic or other control systems.
56. Unit Price Work-Work to be paid for on the basis of unit prices.
General Conditions 007200-14
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
57. Work - The construction of the Project or its component parts as required by the
Contract Documents.
58. 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.
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
General Conditions 007200-15
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
2.03 Project Management System
A. Owner shall administer its design and construction management through an internet-based
project management system known as e-Builder.
B. Contractor shall conduct all communication through and perform all project-related
functions utilizing this project management system. This includes all correspondence,
General Conditions 007200-16
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
submittals, requests for information, payment requests and processing, contract
amendments, change orders, delivery orders and other administrative activities.
C. Owner shall administer the software and provide training to Contractor's Team.
2.04 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.
2.05 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 and Supplementary
Conditions 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.
General Conditions 007200-17
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
3. Organization of the Contract Documents is not intended to control or lessen the
responsibility of the Contractor when dividing Work among Subcontractors or Suppliers,
or to establish the extent of Work to be performed by trades, Subcontractors, or
Suppliers. Specifications or details do not need to be indicated or specified in each
Specification or Drawing. Items shown in the Contract Documents are applicable
regardless of their location in the Contract Documents.
4. Standard paragraph titles and other identifications of subject matter in the
Specifications are intended to aid in locating and recognizing various requirements of
the Specifications. Titles do not define, limit, or otherwise restrict Specification text.
S. 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.
General Conditions 007200-18
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
2. No provision of referenced standard specifications, manuals, reference standards,
codes, or instructions of a Supplier changes the duties or responsibilities of OPT or
Contractor from those described in the Contract Documents or assigns a duty to or gives
authority to the OPT to supervise or direct the performance of the Work or undertake
responsibilities inconsistent with the Contract Documents.
3. The provisions of the Contract Documents take precedence over standard
specifications, manuals, reference standards, codes, or instructions of a Supplier unless
specifically stated otherwise in the Contract Documents.
B. Comply with applicable construction industry standards, whether referenced or not.
1. Standards referenced in the Contract Documents govern over standards not referenced
but recognized as applicable in the construction industry.
2. Comply with the requirements of the Contract Documents if they produce a higher
quality of Work than the applicable construction industry standards.
3. Designer determines whether a code or standard is applicable, which of several are
applicable, or if the Contract Documents produce a higher quality of Work.
C. Make copies of reference standards available if requested by OAR.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Carefully study the Drawings and verify pertinent figures and dimensions with respect
to actual field measurements before undertaking the Work. Immediately report
conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual
knowledge of to the OAR. Do not proceed with affected Work until the conflict, error,
ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR
or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01.
2. 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
Owner.
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
General Conditions 007200-19
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-20
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
4.03 Progress Schedule
A. Construct the Work in accordance with the Progress Schedule established in accordance with
the Contract Documents.
1. Adjust the Progress Schedule as required to accurately reflect actual progress on the
Work.
2. Submit proposed adjustments in the Progress Schedule that change the Contract Times
in accordance with the requirements of Article 11.
B. Continue performing Work and adhere to the Progress Schedule during disputes or
disagreements with Owner. Do not delay or postpone Work pending resolution of disputes
or disagreements, or during an appeal process.
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, 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 performing other work at or adjacent to the Site;
3. Acts of war or terrorism; and
4. Rain days in excess of the number specified in a calendar year.
General Conditions 007200-21
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
General Conditions 007200-22
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 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.
General Conditions 007200-23
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
to 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.
General Conditions 007200-24
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. Investigating and field-verifying the location of underground facilities before beginning
Work;
2. Reviewing and checking available information and data regarding existing Underground
Facilities at the Site;
3. Complying with Laws and Regulations related to locating Underground Facilities before
beginning Work;
4. Locating Underground Facilities shown or indicated in the Contract Documents;
5. Coordinating the Work with the owners, including Owner, of Underground Facilities
during construction; and
6. 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, but in no event later
than 3 days, 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.
General Conditions 007200-25
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
General Conditions 007200-26
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 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.
General Conditions 007200-27
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
General Conditions 007200-28
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
General Conditions 007200-29
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 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
General Conditions 007200-30
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
General Conditions 007200-31
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Owner 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,
General Conditions 007200-32
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
General Conditions 007200-33
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. 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,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 bythe OPT, named insureds,or additional insureds does
not release the Contractor from compliance with the insurance requirements of the Contract
Documents.
General Conditions 007200-34
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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, make available for viewing 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:
General Conditions 007200-35
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
City of Corpus Christi— Engineering
Attn: Construction Contract Admin.
P.O. Box 9277
Corpus Christi,TX 78469-9277
B. Submit questions regarding insurance requirements to the Construction Contract
Administrator by calling 361-826-3530.
6.14 Texas Workers' Compensation Insurance Required Notice
A. Definitions:
1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate
of authority to self-insure issued by the commission, or a coverage agreement (TWCC-
81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation
insurance coverage for the person's or entity's employees providing services on a
project, for the duration of the Project.
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
General Conditions 007200-36
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
General Conditions 007200-37
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
Martin Luther King Jr Day Third Monday in January
Memorial Day Last Monday in May
Independence Day July 4
Labor Day First Monday in September
Thanksgiving Day Fourth Thursday in November
General Conditions 007200-38
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Holiday Date Observed
Friday after Thanksgiving Friday after Thanksgiving
Christmas Day December 25
D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday
falls on a Sunday, it will be observed the following Monday.
E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work
constructed outside of regular working hours. OAR will issue a Set-off in the Application for
Payment for this cost per Paragraph 17.01.13
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.
General Conditions 007200-39
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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,
General Conditions 007200-40
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 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.
General Conditions 007200-41
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
General Conditions 007200-42
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
General Conditions 007200-43
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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, Contractor shall indemnify,
defend, and hold harmless the Owner 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 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
against a claim, loss, damage or expense caused by the sole negligence
of an Owner.
B. To the fullest extent permitted by law, Contractor shall indemnify,
defend, and hold harmless the Owner 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 from the consequences of the Owner's sole negligence.
c. To the fullest extent permitted by law, Contractor shall indemnify,
defend, and hold harmless the Owner from and against Indemnified
Costs resulting from infringement on patent rights or copyrights by
Contractor's Team.
General Conditions 007200-44
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 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 from later asserting a different basis for
indemnification or a different amount of indemnified loss than that indicated in the initial
notice. Owner does 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 as
to its defense of the claim within 10 days after being notified of the indemnification
request. Owner may assume and control the defense if Contractor does not assume the
defense. Pay all defense expenses of the Owner as an indemnified loss.
2. Owner may retain separate counsel to participate in, but not control, the defense and
any settlement negotiations if Contractor defends the claim. Contractor may not settle
the claim without the consent or agreement of Owner. Contractor may settle the claim
with Owner's consent and agreement unless it:
a. Would result in injunctive relief or other equitable remedies or otherwise require
Owner to comply with restrictions or limitations that adversely affect Owner;
b. Would require Owner to pay amounts that Contractor does not fund in full; or
c. Would not result in Owner's 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
General Conditions 007200-45
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
services are required to carry out Contractor's responsibilities for construction means,
methods, techniques, sequences, and procedures. Contractor is not required to provide
professional services in violation of applicable Laws and Regulations.
B. The Contract Documents specify performance and design criteria related to systems,
materials or equipment if professional design services or certifications by a design
professional related to systems, materials, or equipment are specifically required of
Contractor. These services or certifications must be provided by the licensed Texas
Professional Engineer or Registered Architect who prepares, signs, and seals drawings,
calculations, specifications, certifications, Shop Drawings, and other documents.
C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services,
certifications, or approvals performed by Contractor's design professionals, provided OPT
has specified to Contractor the performance and design criteria that these services must
satisfy.
D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and
design drawings is only for the limited purpose of checking for conformance with the
performance and design criteria given and the design concepts expressed in the Contract
Documents. Designer's review and approval of Shop Drawings and other documents is only
for the purpose stated in the Contract Documents.
E. Contractor is not responsible for the adequacy of the performance or design criteria specified
by OPT. Advise OPT if the performance or design criteria are known or considered likely to
be inadequate or otherwise deficient.
ARTICLE 8—OTHER WORK AT THE SITE
8.01 Other Work
A. Owner may arrange for other work at or adjacent to the Site which is not part of the
Contractor's Work. This other work may be performed by Owner's employees or through
other contractors. Utility owners may perform work on their utilities and facilities at or
adjacent to the Site. Include costs associated with coordinating with entities performing
other work or associated with connecting to this other work in the Contract Price if this other
work is shown in the Contract Documents.
B. OPT is to notify Contractor of other work prior to starting the work and provide any
knowledge they have regarding the start of utility work at or adjacent to the Site to
Contractor.
C. Provide other contractors:
1. Proper and safe access to the Site;
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.
General Conditions 007200-46
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 or other contractor
retained by the City:
1. Damages the Work or property of Contractor's Team;
2. Delays, disrupts, or interferes with the execution of the Work; or
3. Increases the scope or cost of performing the Work through their actions or inaction.
B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective
action can be taken. Submit the Change Proposal within 30 days of the event if corrective
action has not adequately mitigated the impact of the actions or inactions of others.
Information regarding this other work in the Contract Documents is used to determine if the
Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract
Price require that Contractor assign rights against the other contractor 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 if damages, delays, disruptions, or interference
occur.
General Conditions 007200-47
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
E. Contractor's obligation to indemnify Owner for claims arising out of or related to damages,
delays,disruptions, and interference with other work at the Site are as set forth in Paragraph
7.14.
ARTICLE 9—OWNER'S AND OPT'S RESPONSIBILITIES
9.01 Communications to Contractor
A. OPT issues communications to Contractor through OAR except as otherwise provided in the
Contract Documents.
9.02 Replacement of Owner's Project Team Members
A. Owner may replace members of the OPT at its discretion.
9.03 Furnish Data
A. OPT is to furnish the data required of OPT under the Contract Documents.
9.04 Pay When Due
A. Owner is to make payments to Contractor when due as described in Article 17.
9.05 Lands and Easements; Reports and Tests
A. Owner's duties with respect to providing lands and easements are described in Paragraph
5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and
drawings of physical conditions relating to existing surface or subsurface structures at the
Site available to Contractor in accordance with Paragraph 5.03.
9.06 Insurance
A. Owner's responsibilities with respect to purchasing and maintaining insurance are described
in Article 6.
9.07 Modifications
A. Owner's responsibilities with respect to Modifications are described in Article 11.
9.08 Inspections,Tests, and Approvals
A. OPT's responsibility with respect to certain inspections,tests, and approvals are described in
Paragraph 16.02.
9.09 Limitations on OPT's Responsibilities
A. The OPT does not supervise, direct, or have control or authority over, and is not responsible
for Contractor's means, methods, techniques, sequences, or procedures of construction, or
related safety precautions and programs, or for failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. OPT is not responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
General Conditions 007200-48
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
9.12 Plans and Specifications
A. Owner does not warrant the plans and specification.
ARTICLE 10—OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION
10.01 Owner's Representative
A. OAR is Owner's representative. The duties and responsibilities and the limitations of
authority of OAR as Owner's representative are described in the Contract Documents.
10.02 Visits to Site
A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work.
Designer is to determine, in general, if the Work is proceeding in accordance with the
Contract Documents based on observations made during these visits. Designer is not
required to make exhaustive or continuous inspections to check the quality or quantity of
the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with
Contractor to address these issues or concerns. Designer's visits and observations are
subject to the limitations on Designer's authority and responsibility described in Paragraphs
9.09 and 10.07.
B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's
quality assurance program, and administer the Contract as Owner's representative as
described in the Contract Documents. OAR's visits and observations are subject to the
limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07.
10.03 Resident Project Representatives
A. Resident Project Representatives assist OAR in observing the progress and quality of the
Work at the Site. The limitations on Resident Project Representatives' authority and
responsibility are described in Paragraphs 9.09 and 10.07.
10.04 Rejecting Defective Work
A. OPT has the authority to reject Work in accordance with Article 16. OAR is to issue a
Defective Work Notice to Contractor and document when Defective Work has been
corrected or accepted in accordance with Article 16.
General Conditions 007200-49
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor
does not agree with the Designer's decision.
10.07 Limitations on OAR's and Designer's Authority and Responsibilities
A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure
to act, or decisions made in good faith to exercise or not exercise the authority or
responsibility available under the Contract Documents creates a duty in contract, tort, or
otherwise of the OPT to the Contractor or members of the Contractor's Team.
ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS;CHANGES IN THE WORK
11.01 Amending and Supplementing the Contract Documents
A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work
Change Directive, or Field Order.
1. Contract Amendment: Owner and Contractor may modify the terms and conditions of
the Contract Documents without the recommendation of the Designer using a Contract
Amendment. A Contract Amendment may be used for:
a. Changes that do not involve:
1) The performance or acceptability of the Work;
2) The design as described in the Drawings, Specifications, or otherwise; or
3) Other engineering, architectural or technical matters.
b. Authorizing new phases of the Work and establishing the Contract Price, Contract
Times, or terms and conditions of the Contract for the new phase of Work when
using phased construction or purchasing Goods and Special Services to be
incorporated into the Project.
General Conditions 007200-50
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
2. Change Order: All changes to the Contract Documents that include a change in the
Contract Price or the Contract Times for previously authorized Work, or changes to the
Work requiring Designer's approval must be made by a Change Order. A Change Order
may also be used to establish modifications of the Contract Documents that do not
affect the Contract Price or Contract Times.
3. Work Change Directive: A Work Change Directive does not change the Contract Price
or the Contract Times, but is evidence that the parties expect that the modifications
ordered or documented by a Work Change Directive will be incorporated in a
subsequently issued Change Order following negotiations on the Contract Price and
Contract Times. If negotiations under the terms of the Contract Documents governing
adjustments, expressly including Paragraphs 11.04 and 11.05 are unsuccessful,
Contractor must submit a Change Proposal seeking an adjustment of the Contract Price
or the Contract Times no later than 30 days after the completion of the Work set out in
the Work Change Directive.
4. Field Order: Designer may require minor changes in the Work that do not change the
Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for
non-technical, administrative issues. Submit a Change Proposal if Contractor believes
that a Field Order justifies an adjustment in the Contract Price or Contract Times before
proceeding with the Work described in the Field Order.
B. Perform added or revised Work under the applicable provisions of the Contract Documents
for the same or similar Work unless different Drawings, Specifications or directions are
provided in the Modification.
11.02 Owner-Authorized Changes in the Work
A. Owner may order additions, deletions,or revisions in the Work at any time as recommended
by the Designer to the extent the change:
1. Involves the design as described in the Contract Documents;
2. Involves acceptance of the Work; or
3. Involves other engineering, architectural or technical matters.
B. These changes may be authorized by a Modification. Proceed with the Work involved or, in
the case of a deletion in the Work, immediately cease construction activities with respect to
the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the
Contractor to undertake Work that Contractor reasonably concludes cannot be performed
in a manner consistent with Contractor's safety obligations under the Contract Documents
or Laws and Regulations.
11.03 Unauthorized Changes in the Work
A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract
Times with respect to Work performed that is not required by the Contract Documents,
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.
General Conditions 007200-51
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 15.05 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.
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 in accordance with Article 12 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.
General Conditions 007200-52
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
B. Notify the OAR within 3 days 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.
11.07 Execution of Change Orders
A. Owner and Contractor are to execute Change Orders covering:
1. Changes in the Contract Price or Contract Times, which are agreed to by Owner and
Contractor, including undisputed sums or amount of time for Work actually performed
in accordance with a Work Change Directive;
2. Changes in Contract Price resulting from Owner set-offs unless the set-off has been
successfully challenged by Contractor;
3. Changes in the Work which are:
a. Ordered by Owner pursuant to Paragraph 11.02.A,
b. Required because Defective Work was accepted under Paragraph 16.04 or Owner's
correction of Defective Work under Paragraph 16.07, or
c. Agreed to by the Owner and Contractor; and
4. Changes in the Contract Price or Contract Times, or other changes under Paragraph
11.06 or Article 13.
B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any
and all claims and costs of any kind, whether direct or indirect, including but not limited to
impact, delay or acceleration damages arising from the subject matter of the Change Order.
Each Change Order must be specific and final as to prices and extensions of time, with no
reservations or other provisions allowing for future additional money or time as a result of
the particular changes identified and fully compensated in the Change Order. The execution
of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement
to the ordered changes in the Work. This Contract, as amended, forever releases any claim
against Owner for additional time or compensation for matters relating to or arising out of
or resulting from the Work included within or affected by the executed Change Order. This
release applies to claims related to the cumulative impact of all Change Orders and to any
claim related to the effect of a change on unchanged Work.
C. All Change Orders require approval by either the City Council or Owner by administrative
action. The approval process requires a minimum of 45 days after submission in final form
with all supporting data. Receipt of Contractor's submission by Owner constitutes neither
acceptance nor approval of a Change Order, nor a warranty that the Change Order 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. Contractor may file a Claim for payment and/or time, pursuant to
Article 13.
General Conditions 007200-53
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. A Change Proposal
must be submitted to the OAR no later than 30 days after the event initiating the 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;
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; and
9) Other items of cost.
General Conditions 007200-54
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 OAR 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. 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.
1. Change Orders and Contract Amendments will be sent to the Contractor for execution
with a copy to the Owner recommending approval. A Work Change Directive may be
issued if Work needs to progress before the Change Order or Contract Amendment can
be authorized by the Owner.
2. Work Change Directives, Change Orders, and Contract Amendments can only be
approved by the Owner.
a. Work performed on the Change Proposal prior to receiving a Work Change
Directive or approval of the Change Order or Contract Amendment is performed at
the Contractor's risk.
b. No payment will be made for Work on Change Orders or Contract Amendments
until approved by the Owner.
B. The Contractor may be informed that the Request for a Change Proposal is not approved and
construction is to proceed in accordance with the Contract Documents.
12.04 Substitutions
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 these procedures
for a substitution.
B. 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.
General Conditions 007200-55
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
C. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to
prove the product is not acceptable as a substitute.
1. Indicate on a point by point basis for each specified feature that the product is
acceptable to meet the intent of the Contract Documents requirements.
2. Make a direct comparison with the specified Suppliers published data sheets and
available information. Provide this printed material with the documents submitted.
3. The decision of the Designer regarding the acceptability of the proposed substitute
product is final.
D. 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.
E. 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 OAR concerning the requirements of the Contract
Documents or the acceptability of Work under the Contract Documents;
3. Appealing OAR'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.
B. Contractor shall be entitled to an extension of Contract Time for delays or disruptions due to
unusually severe weather in excess of weather normally experienced at the job site, as
determined from climatological data set forth by the National Weather Service and which
affects the Project's critical path. Contractor shall bear the entire economic risk of all
weather delays and disruptions. Contractor shall not be entitled to any increase in the
Contract Price by reason of such delays or disruptions. Upon Contractor reaching Substantial
Completion, Owner and Contractor shall look back at the entire duration of the calendar day
Project and review the totality of what Contractor claims were unusually severe weather
disruptions. If the Project was delayed or disrupted due to unusually severe weather in
General Conditions 007200-56
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
excess of weather normally experienced over the entire duration of the Project, Contractor
may make a Claim for an extension of the Contract Time for delays or disruptions due to
unusually severe weather in excess of weather normally experienced at the job site, as
determined from climatological data set forth by the National Weather Service and which
affects the Project's critical path. Any time extension granted shall be non-compensatory.
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. Except for Claims resulting from unusually severe weather, 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 14 days shall constitute a waiver of such Claim.
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 60 days 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 or Designer.
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 or Designer.
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.
H. Designer will 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
General Conditions 007200-57
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 30 days after
receipt of the Claim.
J. Following receipt of Designer's initial recommendation regarding a Claim,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. If the entity receiving a Claim approves the Claim in whole or in part or denies it in whole or
in part, this action is final and binding unless the other entity invokes the procedure
described in Article 22 for final resolution of disputes by filing a notice of appeal within 30
days after this action.
L. 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.
M. 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.
N. Any failure of Contractor to comply with any of the foregoing conditions precedent with
regard to any such Claim shall constitute a waiver of any entitlement to submit or pursue
such Claim.
O. 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
2. The actual per diem wages paid to each worker.
General Conditions 007200-58
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
General Conditions 007200-59
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 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;
b. Costs of materials, supplies, equipment, machinery, appliances, office, and
temporary facilities at the Site including transportation and maintenance costs;
General Conditions 007200-60
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. For Contractor-and Subcontractor-owned machinery,trucks, power tools or other
equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue
Book") multiplied by the regional adjustment factor and the rate adjustment factor
to establish hourly rates. Use the rates in effect for each section of the Blue Book
at the time of use. Payment will be made for the actual hours used in the Work.
1) Standby costs will be paid at SO% of the FHWA rental rates found in the Blue
Book if Contractor is directed by Owner in writing to standby. Standby costs
will not be allowed during periods when the equipment would otherwise have
been idle. For a six-day work week, no more than eight hours per a 24-hour
day, no more than 48 hours per week and no more than 208 hours per month
shall be paid of standby time. Operating costs shall not be charged by
Contractor.
e. 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;
1) The hourly rate shall be determined by dividing the actual invoice cost by the
actual number of hours the equipment is involved in the Work. Owner
reserves the right to limit the hourly rate to comparable Blue Book rates.
2) If Contractor is directed to standby in writing by Owner, standby costs will be
paid at the invoice daily rate excluding operating costs, which includes fuel,
lubricants, repairs and servicing.
f. 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;
g. Deposits lost for causes other than negligence of Contractor's Team;
h. Royalty payments and fees for permits and licenses;
i. Cost of additional utilities,fuel, and sanitary facilities at the Site;
j. Minor expense items directly required by the Work; and
k. 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
General Conditions 007200-61
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
by Contractor, whether at the Site or in Contractor's principal or branch office, for
general administration of the Work and not specifically included in the agreed upon
schedule of job classifications referred to in Paragraph 15.01.C.1 or specifically covered
by Paragraph 15.01.C.4. These administrative costs are covered by the Contractor's fee.
2. Office expenses other than Contractor's office at the Site.
3. Any part of Contractor's capital expenses, including interest on Contractor's capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the actions of Contractor's Team for the correction of Defective Work,
disposal of materials or equipment that do not comply with Specifications, and
correcting damage to property.
5. Losses, damages, and related expenses caused by damage to the Work or sustained by
Contractor in connection with the performance of the Work. Contractor is entitled to
recover costs if covered by insurance provided in accordance with Article 6. Such losses
may include settlements made with the approval of Owner. Do not include these losses,
damages, and expenses in the Cost of the Work when determining Contractor's fee.
6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner.
7. Other overhead or general expense costs and the costs of items not described in
Paragraphs 15.01.C.
E. The Contractor's fee for profit and overhead is determined as follows:
1. In accordance with the Agreement when the Work is performed on a cost-plus basis;
2. A mutually acceptable fixed fee; or
3. 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,
15.01.C.2 and 15.01.C.4;
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;
2) The Subcontractor's fee is 5 percent for costs incurred under Paragraph
15.01.C.4 for the Subcontractor that actually performs the Work at whatever
tier; and
3) 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 Paragraph 15.01.D;
General Conditions 007200-62
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
4. The adjustment in Contractor's fee is based on the net change in accordance with
Paragraphs 15.05.13.1 through 15.05.13.5, inclusive when both additions and credits are
involved in any one change.
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 15.02.13.1
and 15.02.13.2 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 Contract.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for
the purpose of comparing Bids and determining an initial Contract Price. Payments to
Contractor for Unit Price Work are to be based on actual quantities measured for Work in
place.
C. Each unit price is deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item.
D. OAR is to determine the actual quantities and classifications of Unit Price Work performed
by Contractor to be incorporated into each Application for Payment. OAR's decision on
actual quantities is final and binding, subject to the provisions of Paragraph 15.03.E.
General Conditions 007200-63
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Contract;
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 Contract.
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 Contract.
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 bythe Owner.
A Change Order will be issued to deduct unused contingency amounts from the Contract
Price prior to Final Payment.
General Conditions 007200-64
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
ork;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.
General Conditions 007200-65
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 resulting from the Defective Work if it is found that the
uncovered Work is Defective.
General Conditions 007200-66
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-67
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. Failure to submit up-to-date record documents as required by the Contract
Documents;
j. Failure to submit monthly Progress Schedule updates or revised schedules as
requested by the OAR;
k. Failure to provide Project photographs required by the Contract Documents;
I. Failure to provide Certified Payroll required by the Contract Documents;
General Conditions 007200-68
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
m. 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;
n. Costs for tests performed by the Owner to verify that Work previously tested and
found to be Defective has been corrected;
o. OPT has actual knowledge of the occurrence of events that would constitute a
default by Contractor and therefore justify termination for cause under the
Contract Documents with associated cost impacts;
p. Other items entitling Owner to a set-off against the amount recommended; or
q. 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.
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;
General Conditions 007200-69
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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;
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;
General Conditions 007200-70
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. 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. Record Documents per Article 20.
2. Progress Schedule per Article 27.
3. Project photographs per Article 28.
4. Documentation required to comply with Owner's Minority / MBE / DBE Participation
Policy.
5. Documentation required to substantiate any approved Project deviation, including
overruns of Designer's estimated quantity.
6. Documentation required by funding agency, if applicable.
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 attached 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 Contract, use each unit price line item in the Contract 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.
General Conditions 007200-71
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 costs associated with the
item in the Contract. The sum of the two components must equal the value of the line item
in the Schedule of Values.
G. Where a percentage of the line value is allowed for a specified stage of completion,show the
value for each stage of completion as a component of that line item cost.
17.04 Schedule of Anticipated Payments and Earned Value
A. Submit a schedule of the anticipated Application for Payments showing the application
numbers, submission dates, and the anticipated amount to be requested. Incorporate
retainage into the development of this schedule of anticipated payments.
B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to
create a graphic (curve) representation of the anticipated progress on the Project each
month. Adjust this table and curve to incorporate Modifications. Use this curve to compare
actual progress on the Project each month by comparing the anticipated cumulative Total
Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work,
and Materials each month. Use the comparison of values to determine performance on
budget and schedule.
C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication
of the funds required to make payments each month to the Contractor for Work performed.
General Conditions 007200-72
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 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 Contract.
b. Payment for stored materials and equipment will be made per Paragraph 17.06.
2. Measure the Work described in the Contract for payment. Payment will be made only
for the actual measured and/or computed length, area, solid contents, number, and
weight, unless other provisions are made in the Contract Documents. Payment on a
unit price basis will not be made for Work outside finished dimensions shown in the
Contract Documents. Include cost for waste, overages, and tolerances in the unit price
for that line item.
17.06 Payment for Stored Materials and Equipment
A. Store materials and equipment properly at the Site.
1. Payment will be made for the invoice amount less the specified retainage.
2. Payment for materials and equipment shown in the Application for Payment and
attachments 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 the Application for Payment and
attachments. Include invoice numbers so that a comparison can be made between
invoices and amounts included on the Application for Payment and attachments.
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
General Conditions 007200-73
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 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 the appropriate
attachment to the Application for Payment.
17.08 Procedures for Submitting an Application for Payment
A. Submit a draft Application for Payment to the OAR each month at least 20 days before the
date established in the Contract 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.
General Conditions 007200-74
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Cto 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.
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.
17.09 Responsibility of Owner's Authorized Representative
A. OAR will review draft Application for Payment with Contractor to reach an agreement on the
values that will be recommended for payment by the OAR.
B. OAR will review Application for Payment submitted by Contractor to determine that the
Application for Payment has been properly submitted and is in accordance with the agreed
to draft Application for Payment.
C. OAR is to either recommend payment of the Application for Payment to Owner or notify the
Contractor of the OPT's reasons for not recommending payment. Contractor may make
necessary corrections and resubmit the Application for Payment if it is not recommended
within 10 days after receipt of the notice. OAR will review resubmitted Application for
Payment and reject or recommend payment of the Application for Payment to Owner as
appropriate.
D. OAR's recommendation of the Application for Payment constitutes a representation by OPT
that based on their experience and the information available:
1. The Work has progressed to the point indicated;
2. The quality of the Work is generally in accordance with the Contract Documents; and
3. Requirements prerequisite to payment have been met.
General Conditions 007200-75
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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;
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.
17.10 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.
17.11 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.
General Conditions 007200-76
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
17.12 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 17.11 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.
17.13 Final Inspection
A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion
to be accepted 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.
17.14 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.
General Conditions 007200-77
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
17.15 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.
17.16 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;
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.
17.17 Correction Period
A. Promptly correct Defective Work without cost to Owner for 1 year after the date of
Substantial Completion or, in the event of a latent defect, within 1 year after discovery
thereof by City.
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 17.17.A and
17.17.13 corrected if Contractor does not comply with the terms of OAR's instructions, or in
an emergency where delay would cause serious risk of loss or damage.
General Conditions 007200-78
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
D. Contractor's obligation to indemnify Owner 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. Contractor's obligations under this Paragraph 17.17 are in addition to other obligations or
warranties. The provisions of this Paragraph 17.17 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
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;
6. Contractor's repeated disregard of the authority of OPT;
7. Contractor's failure to prosecute the work with diligence; or
General Conditions 007200-79
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
8. Contractor's other material breach of the contract.
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.
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.
The 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. 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 15.05; and
3. Reasonable expenses directly attributable to termination, including costs incurred to
prepare a termination for convenience cost proposal.
General Conditions 007200-80
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-81
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
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.
General Conditions 007200-82
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
B. Determine if existing structures, poles, piping, or other utilities at excavations will require
relocation or replacement. Prepare a Plan of Action and coordinate Work with local utility
companies 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.
General Conditions 007200-83
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
C. Prepare a Plan of Action 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
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 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.
General Conditions 007200-84
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-85
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
4. Provide surface drainage to prevent erosion and ponding of water.
5. Prevent mixing of refuse or chemically injurious materials or liquids with stored
materials.
6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the
entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from
ultraviolet light exposure.
7. Store light weight products to prevent wind damage.
I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of
severe weather to verify that:
1. Storage facilities continue to meet specified requirements;
2. Supplier's required environmental conditions are continually maintained; and
3. Products that can be damaged by exposure to the elements are not adversely affected.
J. Replace any stored item damaged by inadequate protection or environmental controls.
K. Payment may be withheld for any products not properly stored.
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:
General Conditions 007200-86
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-87
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
3. Adhere to the requirements of the Texas Historical Commission.
4. Notify the OAR and the Texas Historical Commission.
C. Do not disturb archaeological sites.
1. Obtain the services of a qualified archaeological specialist to instruct construction
personnel on how to identify and protect archaeological finds on an emergency basis.
2. Coordinate activities to permit archaeological work to take place within the area.
a. Attempt to archaeologically clear areas needed for construction as soon as
possible.
b. Provide a determination of priority for such areas.
D. Assume responsibility for any unauthorized destruction that might result to such Sites by
construction personnel, and pay all penalties assessed by the State or Federal agencies for
non-compliance with these requirements.
E. Contract Times will be modified to compensate for delays caused by such archaeological
finds. No additional compensation will be paid for delays.
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.
General Conditions 007200-88
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 OAR will coordinate correspondence concerning:
1. Documents, including Applications for Payment.
2. Clarification and interpretation of the Contract Documents.
3. Contract Modifications.
4. Observation of Work and testing.
5. Claims.
C. The OAR will normally communicate only with the Contractor. Any required communication
with Subcontractors or Suppliers will only be with the direct involvement of the Contractor.
D. Direct written communications to the OAR at the address indicated at the pre-construction
conference. Include the following with communications as a minimum:
1. Name of the Owner.
2. Project name.
3. Contract title.
4. Project number.
5. Date.
6. A reference statement.
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.
General Conditions 007200-89
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
d. Contractor's organizational chart as it relates to this Project.
e. Letter indicating the agents of authority for the Contractor and the limit of that
authority with respect to the execution of legal documents,Contract Modifications,
and payment requests.
B. Progress Meetings:
1. Attend meetings with the OAR and Owner.
a. Meet on a monthly basis or as requested by the OAR to discuss the Project.
b. Meet at the Site or other location as designated by the OAR.
c. Contractor's superintendent and other key personnel are to attend the meeting.
Other individuals may be requested to attend to discuss specific matters.
d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to
the meeting.
2. Provide information as requested by the OAR or Owner concerning this Project. Prepare
to discuss:
a. Status of overall Project schedule.
b. Contractor's detailed schedule for the next month.
c. Anticipated delivery dates for equipment.
d. Coordination with the Owner.
e. Status of documents.
f. Information or clarification of the Contract Documents.
g. Claims and proposed Modifications to the Contract.
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.
General Conditions 007200-90
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 OAR to obtain additional information or
clarification of the Contract Documents.
1. Submit a separate RFI for each item on the form provided.
2. Attach adequate information to permit a written response without further clarification.
OAR 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.
General Conditions 007200-91
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-92
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
1. Reference the Record Data number, Shop Drawings number,and O&M manual number
for each product and item of equipment furnished or installed.
2. Reference Modifications by type and number for all changes.
D. Maintain a digital record of Drawings in PDF format.
1. Reference the Record Data number, Shop Drawings number,and O&M manual number
for each product and item of equipment furnished or installed.
2. Reference Modifications by type and number for all changes.
3. Record information as construction is being performed. Do not conceal any Work until
the required information is recorded.
4. Mark Drawings to record actual construction, including the following:
a. Depths of various elements of the foundation in relation to finished first floor
datum or the top of walls.
b. Horizontal and vertical locations of underground utilities and appurtenances
constructed and existing utilities encountered during construction.
C. Location of utilities and appurtenances concealed in the Work. Refer
measurements to permanent structures on the surface. Include the following
equipment:
1) Piping.
2) Ductwork.
3) Equipment and control devices requiring periodic maintenance or repair.
4) Valves, unions,traps, and tanks.
5) Services entrance.
6) Feeders.
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.
General Conditions 007200-93
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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;
General Conditions 007200-94
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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 through 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.
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:
General Conditions 007200-95
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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;
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 implement 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,
General Conditions 007200-96
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
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 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, and
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;
General Conditions 007200-97
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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;
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 sample was taken;
j. Standard or test procedure used in making the test;
k. A description of the results of the test;
I. Statement of compliance or non-compliance with the Contract Documents; and
m. Interpretations of test results, if appropriate.
2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the
forms provided by the OAR.
3. OPT will prepare test reports on test performed by the OPT.
B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with
results that do not comply with Contract Documents for immediate attention.
C. Payment for Work may be withheld until test reports indicate that the Work is not Defective.
21.09 Defective Work
A. Immediately correct any Defective Work or notify the OAR why the Work is not to be
corrected immediately and when corrective action will be completed.
B. No payment will be made for Defective Work. Remove Work from the Application for
Payment if Work paid for on a previous Application for Payment is found to be Defective.
21.10 Limitation of Authority of Testing Laboratory
A. The testing laboratory representatives are limited to providing testing services and
interpreting the results of the test performed.
B. The testing laboratory is not authorized to:
1. Alter the requirements of the Contract Documents;
2. Accept or reject any portion of the Work;
3. Perform any of the duties of the Contractor; or
4. Direct or stop the Work.
21.11 Quality Control Plan
A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Article 25.
Use Contractor's Quality Control Plan Checklist provided to review the document before
General Conditions 007200-98
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both
the Site and production Work at remote locations and includes Work by Subcontractors and
Suppliers. The Contractor's Quality Control Plan is to include:
1. A description of the quality control organization, including an organization chart
showing lines of authority to control the quality of Work;
2. Documentation describing name, qualifications (in resume format), duties,
responsibilities, and level of authority of the Quality Control Manager;
3. The name, qualifications (in resume format), duties, responsibilities, and authorities of
other persons assigned a quality control function;
4. Procedures for scheduling, reviewing, certifying, and managing documentation,
including documentation provided by Subcontractors and Suppliers;
5. Control,verification, and acceptance testing procedures for each specific test. Include:
a. Name of tests to be performed,
b. Specification paragraph requiring test,
C. Parameters of Work to be tested,
d. Test frequency,
e. Persons responsible for each test, and
f. Applicable industry testing standards and laboratory facilities to be used for the
test;
6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan,
specifically identifying the tests or inspections in Paragraph 21.11.13.5 that will be
provided by the OPT as part of their Quality Management Program;
7. Procedures for tracking and documenting quality management efforts.
8. Procedures for tracking Defective Work from initial identification through acceptable
corrective action. Indicate how documentation of the verification process for
deficiencies will be made.
9. Reporting procedures which incorporate the use of forms provided by the OAR.
10. The name of the proposed testing laboratories along with documentation of
qualifications per Paragraph 21.04.
C. The Quality Control Manager must have authority to reject Defective Work and redirect the
efforts of the Contractor's Team to prevent or correct Defective Work.
D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control
personnel.
General Conditions 007200-99
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-100
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
c. Verify adequacy of controls to ensure full compliance with Contract Documents.
Verify required control inspection and testing is performed.
d. Verify that established levels of workmanship meet acceptable workmanship
standards. Compare with required Sample panels as appropriate.
e. Repeat the Work phase for each new crew to work on-site, or any time acceptable
specified quality standards are not being met.
3. Follow-up Phase: Perform daily checks to assure control activities, including control
testing, are providing continued compliance with contract requirements:
a. Make checks daily and record observations in the quality control documentation.
b. Conduct follow-up checks and correct all deficiencies prior to the start of additional
Work tasks that may be affected by the Defective Work. Do not build upon nor
conceal Defective Work.
c. Conduct a review of the Work 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 Senior Level Negotiations
A. Each party is required to continue to perform its obligations under the Contract pending the
final resolution of any dispute arising out of or relating to the Contract, unless it would be
impossible or impracticable under the circumstances then present.
B. All negotiations pursuant to Article 22 are confidential and shall be treated as compromise
and settlement negotiations for purposes of applicable rules of evidence.
C. Before invoking mediation, Owner and Contractor agree that they first shall try to resolve
any dispute arising out of or related to this Contract through discussions directly between
those senior management representatives within their respective organizations who have
overall managerial responsibility for similar projects. Both Owner and Contractor agree that
this step shall be a condition precedent to use of any other alternative dispute resolution
process. If the parties' senior management representatives cannot resolve the dispute
within 45 calendar days after a party delivers a written notice of such dispute to the other,
then the parties shall proceed with mediation.
22.02 Mediation
A. In the event that Owner and/or Contractor contend that the other has committed a material
breach of the Contract or the parties cannot reach a resolution of a claim or dispute pursuant
General Conditions 007200-101
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
to Article 13, as a condition precedent to filing a lawsuit,either party shall request mediation
of the dispute with the following requirements:
1. The request for mediation shall be in writing and shall request that the mediation
commence not less than 30 calendar days or more than 90 calendar days following the
date of the request, except upon agreement of the parties.
2. In the event Owner and Contractor are unable to agree to a date for the mediation or
to the identity of the mediator within 30 calendar days following the date of the request
for mediation, all conditions precedent shall be deemed to have occurred.
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 Contract 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 Contract shall be construed as consent to a lawsuit. No provision of the
Contract 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.
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).
General Conditions 007200-102
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
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
General Conditions 007200-103
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
employment must be substantially uniform throughout the length of the Contract and in
each trade. The transfer of minority employees from Contractor to Contractor or from
project to project for the sole purpose of meeting the Contractor's percentage is prohibited.
23.04 Compliance
A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by
copies of paid invoices, shall be submitted by the Contractor to the City Engineer.
B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the
percent of minority and female participation, by trade, which has been utilized on the
Project. Along with the request for final payment on the Project,the Contractor will indicate,
in writing, the overall participation in these areas which have been achieved. The City
Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-
weekly payrolls in a timely fashion or to submit overall participation information as required.
ARTICLE 24—DOCUMENT MANAGEMENT
24.01 Work Included
A. Submit documentation as required by the Contract Documents and as reasonably requested
by the OPT.
24.02 Quality Assurance
A. Submit legible, accurate, complete documents presented in a clear, easily understood
manner. Documents not meeting these criteria will be returned without review.
24.03 Contractor's Responsibilities
A. Review documents prior to submitting. Make certifications as required by the Contract
Documents and as indicated on forms provided.
B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates
on which documents are to be sent to the Designer for review, and proposed dates that
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.
General Conditions 007200-104
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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
General Conditions 007200-105
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Prefix Description Originator
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 to 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:
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
General Conditions 007200-106
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Document Type Section
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.
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
General Conditions 007200-107
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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;
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 25.09.
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.
General Conditions 007200-108
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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
General Conditions 007200-109
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-110
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
3. Submit each specific product or class of material separately so these can be tracked and
processed independently. Do not submit Shop Drawings for more than one product in
the same Shop Drawing.
4. Submit items specified in different Specification Sections separately unless they are part
of an integrated system.
5. Define abbreviations and symbols used in Shop Drawings.
a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings.
b. Provide a list of abbreviations and their meaning as used in the Shop Drawings.
c. Provide a legend for symbols used on Shop Drawings.
6. Mark Shop Drawings to reference:
a. Related Specification Sections,
b. Drawing number and detail designation,
C. Product designation or name,
d. Schedule references,
e. System into which the product is incorporated, and
f. Location where the product is incorporated into the Project.
B. Use the following conventions to markup Shop Drawings for review:
1. Make comments and corrections in the color blue. Add explanatory comments to the
markup.
2. Highlight items in black that are not being furnished when the Supplier's standard
drawings or information sheets are provided so that only the products to be provided
are in their original color.
3. Make comments in the color yellow where selections or decisions by the Designer are
required, but such selections do not constitute a deviation from the Contract
Documents. Add explanatory comments to the markup to indicate the action to be
taken by the Designer.
4. Make comments in the color orange that are deviation requests. Include the deviation
request number on the Shop Drawing that corresponds to the deviation request on 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
General Conditions 007200-111
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-112
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
7. Dispose of mockups when related Work has been completed and disposal is approved
by the Designer.
25.09 Equal Non Specified Products
A. 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 this article 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.
25.10 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.
General Conditions 007200-113
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
25.11 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
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.
General Conditions 007200-114
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents,
significant errors, or is inadequate and must be revised and resubmitted for
subsequent review.
e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has
significant markups. Make correction and notations to provide a revised document
with markup incorporated into the original document so that no markups are
required.
f. Returned without review due to excessive deficiencies: Document does not meet
the requirement of the Specifications for presentation or content to the point
where continuing to review the document would be counterproductive to the
review process or clearly does not meet the requirements of the Contract
Documents. Revise the Shop Drawing to comply with the requirements of this
Section and resubmit.
g. Actions a through c will close out the Shop Drawing review process and no further
action is required as a Shop Drawing. Actions d through f require follow up action
to close out the review process.
4. Drawings with a significant or substantial number of markings by the Contractor may be
marked "Approved as Noted" and "Resubmit with corrections made." These 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.
General Conditions 007200-115
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 25.11 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.
25.12 Resubmission Requirements
A. Make all corrections or changes in the documents required by the Designer and resubmit to
the Designer until approved.
1. Revise initial drawings or data and resubmit as specified for the original document.
2. Highlight or cloud in green those revisions which have been made in response to the
previous reviews by the Designer. This will include changes previously highlighted or
clouded in yellow to direct attention to Designer to items requiring selections or
decisions by the Designer or highlighted or clouded in orange for a requested deviation
from the Contract Documents.
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 costs 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.
General Conditions 007200-116
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
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.
General Conditions 007200-117
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
D. Determine and verify:
1. Accurate field measurements, quantities, and dimensions are shown on the Record
Data;
2. Location of existing structures, utilities, and equipment related to the Record Data have
been shown and conflicts between the products existing structures, utilities, and
equipment have been identified;
3. Conflicts that impact the installation of the products have been brought to the attention
of the OPT through the Designer;
4. Record Data are complete for their intended purpose; and
5. Conflicts between the Record Data related to the various Subcontractors and Suppliers
have been resolved.
E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has
been reviewed by the Contractor and is in strict conformance with the Contract Documents
as modified by Addenda, Change Order, Field Order, or Contract Amendment when
submitting Record Data.
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.
General Conditions 007200-118
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-119
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a. Use terms and symbols in Record Data consistent with the Contract Drawings.
b. Provide a list of abbreviations and their meaning as used in the Record Data.
C. Provide a legend for symbols used on Record Data.
6. Mark Record Data to reference:
a. Related Specification Sections,
b. Drawing number and detail designation,
c. Product designation or name,
d. Schedule references,
e. System into which the product is incorporated, and
f. Location where the product is incorporated into the Project.
B. Submit a Change Proposal per 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.
General Conditions 007200-120
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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."
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. 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 Schedule 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
General Conditions 007200-121
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-122
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.OS 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.
General Conditions 007200-123
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
General Conditions 007200-124
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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 OAR 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.
General Conditions 007200-125
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
B. OPT will visit the Site to observe the Work within 30 days after notification is received to
determine the status of the Project.
C. OAR will notify the Contractor, within 120 days after notification, that the Work is either
substantially complete or that additional Work must be performed before the Project will be
considered substantially complete.
1. OAR 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 OAR when the items of Work in the OAR's notice have been completed.
4. OPT will revisit the Site and repeat the process.
5. OAR 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 OAR 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 OAR 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 30 days 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 been corrected. OPT will visit the Site to determine if the Project is complete and the
Work is acceptable. OAR 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
29.04 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.
General Conditions 007200-126
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
29.05 Transfer of Utilities
A. If applicable to the Project,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;
General Conditions 007200-127
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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 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
General Conditions 007200-128
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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 is not liable to Contractor for claims, costs, losses or damages sustained by
Contractor's Team associated with other projects or anticipated projects.
B. Contractor waives claims for consequential damages, incidental or special damages arising
out of or relating to this Contract, whether the damages are claimed in contract, tort or on
any other basis.
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.
General Conditions 007200-129
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
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.
B. This Contract is to perform a governmental function solely for the public benefit.
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.
General Conditions 007200-130
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
D. Each applicable provision and clause required by law to be inserted into the Contract shall
be deemed to be enacted herein,and the Contract shall be read and enforced as though each
were physically included herein.
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.
General Conditions 007200-131
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
30.22 Public Information
A. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this
contract, and Contractor agrees that the contract can be terminated if Contractor knowingly
or intentionally fails to comply with a requirement of that subchapter.
END OF SECTION
General Conditions 007200-132
Corpus Christi Standards Rev 6/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
Rock Engineering&Testing Laboratory, Inc.
Cobb, Fendley&Associates, Inc.
ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK
SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS
A. The allocation for delays in the Contractor's progress for rain days as set forth in General
Conditions Paragraph 4.04.D are to be determined as follows:
1. Include rain days in developing the schedule for construction. Schedule construction so
that the Work will be completed within the Contract Times assuming that these rain
days will occur. Incorporate residual impacts following rain days such as limited access
to and within the Site, inability to work due to wet or muddy Site conditions, delays in
delivery of equipment and materials, and other impacts related to rain days when
developing the schedule for construction. Include all costs associated with these rain
days and residual impacts in the Contract Price.
2. A rain day is defined as any day in which the amount of rain measured by the National
Weather Services at the Power Street Stormwater Pump Station is O.SO 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
Supplementary Conditions 007300-1
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
June 4 December 3
3. A total of 46 rain days have been set for this Project. An extension of time due to rain
days will be considered only after [52] rain days have been exceeded in a calendar year
and the OAR has determined that a detrimental impact to the construction schedule
resulted from the excessive rainfall. Rain days are to be incorporated into the schedule
and unused rain days will be considered float time which may be consumed by the
Owner or Contractor in delay claims.
ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS
SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS
A. This Supplementary Condition identifies documents referenced in General Conditions
Paragraph 5.03.A which describe subsurface and physical conditions.
1. Geotechnical Reports include the following: Geotechnical Report: RETL Report No.
G119419, North Lexington Boulevard Reconstruction Hopkins Road to Leopard Street,
Corpus Christi, Texas Bond 2018 Street Projects, Project No. 18028A
2. CobbFendley Test Hole Data Sheets, Subsurface Utility Engineering, Lexington Blvd,
2106-043-01
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.
1. Environmental Reports include the following: No reports of exploration or testing 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 $1,000,000 Per Occurrence
4. Underground Hazard $2,000,000 Aggregate
5. Products/Completed Operations Hazard
Supplementary Conditions 007300-2
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
6. Contractual Liability
7. Broad Form Property Damage
8. Independent Contractors
9. Personal &Advertising Injury
Business Automobile Liability-Owned, Non-
$1,000,000 Combined Single Limit
Owned, Rented and Leased
Workers' Compensation Statutory
Employer's Liability $500,000/500,000/500,000
Excess Liability/Umbrella Liability
$1,000,000 Per Occurrence
Required if Contract Price>$5,000,000
Contractor's Pollution Liability / $1,000,000 Per Claim
Environmental Impairment Coverage
Not limited to sudden and accidental X Required ❑ Not Required
discharge. To include long-term
environmental impact for the disposal of
pollutants/contaminants.
Required if excavation>3 ft
Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of
Structure and Contents
Required for vertical structures and bridges
❑ Required X Not Required
Installation Floater Equal to Contract Price
Required if installing city-owned equipment ❑ Required X Not Required
ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES
SC-7.02 LABOR; WORKING HOURS
B. 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 between
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. Add the following sentence to the end of Paragraph 7.04.A:
"The Contractor must perform at least [50] percent of the Work, measured as a percentage
of the Contract Price, using its own employees."
ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS
Supplementary Conditions 007300-3
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SC-14.04 PREVAILING WAGE RATES
A. The minimum rates for various labor classifications as established by the Owner are shown
below:
"General Decision Number:TX20230029 01/06/2023
Superseded General Decision Number:TX20220029
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: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60).
I If the contract is entered 1. Executive Order 14026
l into on or after January 30, I generally applies to the
Supplementary Conditions 007300-4
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
12022, or the contract is I contract. 1
1 renewed or extended (e.g.,an 1.The contractor must pay 1
1 option is exercised)on or 1 all covered workers at 1
1 after January 30,2022: 1 least$16.20 per hour(or 1
I I the applicable wage rate 1
I I listed on this wage 1
I I determination, if it is 1
I I higher)for all hours 1
I I spent performing on the 1
I I contract in 2023. 1
I I I
1 If the contract was awarded on 1. Executive Order 13658 1
I or between January 1,2015 and I generally applies to the 1
1January 29,2022,and the 1 contract. I
1 contract is not renewed or 1.The contractor must pay all 1
1 extended on or after January 1 covered workers at least 1
130,2022: 1 $12.15 per hour(or the 1
I I applicable wage rate listed I
I I on this wage determination,I
I I if it is higher)for all I
I I hours spent performing on I
I I that contract in 2023. 1
I I
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination,the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
Supplementary Conditions 007300-5
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/06/2023
SUTX2011-010 08/08/2011
Rates Fringes
CEMENT MASON/CONCRETE
FINISHER(Paving&Structures)...$ 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
Supplementary Conditions 007300-6
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Motor Grader, Rough.........$ 16.85
TRUCK DRIVER
Lowboy-Float................$ 16.62
Single Axle.................$ 11.61 **
----------------------------------------------------------------
WELDERS-Receive rate prescribed for craft performing
operation to which welding is incidental.
----------------------------------------------------------------
----------------------------------------------------------------
**Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026($16.20) or 13658
($12.15). Please see the Note at the top of the wage
determination for more information.
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
Supplementary Conditions 007300-7
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
is available at
https://www.dol.gov/agencies/whd/government-contracts.
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 ""SUM' 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
Supplementary Conditions 007300-8
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
Supplementary Conditions 007300-9
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
National Office because National Office has 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.
Supplementary Conditions 007300-10
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
Supplementary Conditions 007300-11
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Washington, DC 20210
4.)All decisions by the Administrative Review Board are final.
----------------------------------------------------------------
----------------------------------------------------------------
END OF GENERAL DECISIO"
"General Decision Number:TX2023002101/06/2023
Superseded General Decision Number:TX20220021
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: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60).
I If the contract is entered 1. Executive Order 14026
l into on or after January 30, I generally applies to the
Supplementary Conditions 007300-12
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
12022, or the contract is I contract. 1
1 renewed or extended (e.g.,an 1.The contractor must pay 1
1 option is exercised)on or 1 all covered workers at 1
I after January 30,2022: 1 least$16.20 per hour(or 1
I I the applicable wage rate 1
I I listed on this wage 1
I I determination, if it is 1
I I higher)for all hours 1
I I spent performing on the 1
I I contract in 2023. 1
I I I
1 If the contract was awarded on 1. Executive Order 13658 1
I or between January 1,2015 and I generally applies to the 1
1January 29,2022,and the 1 contract. I
1 contract is not renewed or 1.The contractor must pay all 1
I extended on or after January 1 covered workers at least 1
130,2022: 1 $12.15 per hour(or the 1
I I applicable wage rate listed I
I I on this wage determination,I
I I if it is higher)for all I
I I hours spent performing on 1
I I that contract in 2023. 1
I I
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination,the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
Supplementary Conditions 007300-13
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/06/2023
S UTX1987-001 12/01/1987
Rates Fringes
CARPENTER(Excluding Form
Setting).........................$ 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.
----------------------------------------------------------------
----------------------------------------------------------------
**Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026($16.20)or 13658
Supplementary Conditions 007300-14
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
($12.15). Please see the Note at the top of the wage
determination for more information.
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
https://www.dol.gov/agencies/whd/government-contracts.
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
Supplementary Conditions 007300-15
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 ""SUM' 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
Supplementary Conditions 007300-16
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
Supplementary Conditions 007300-17
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
----------------------------------------------------------------
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
National Office because National Office has 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
Supplementary Conditions 007300-18
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(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 DECISIO"
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
Supplementary Conditions 007300-19
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Public Agencies/Contacts Phone Number
Hanson Professional Services Inc. 361-814-9900
Victor Murillo, P.E. 361-414-6509
Traffic Engineering 361-826-3547
Police Department 361-882-2600
361-826-1800 (361-826-1818 after
Water/Wastewater/Stormwater hours)
Gas Department 361-885-6900 (361-885-6942 after
hours)
Parks& Recreation Department 361-826-3461
Street Department 361-826-1875
City Street Div.for Traffic Signals 361-826-1610
Solid Waste & Brush 361-826-1973
IT Department (City Fiber) 361-826-1956
AEP 1-877-373-4858
AT&T 361-881-2511 (1-800-824-4424 after
hours)
Grande Communications 1-866-247-2633
Spectrum Communications 1-800-892-4357
Crown Castle Communications
1-888-632-0931
(Network Operations Center)
Centu ryl-i n k 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
ARTICLE 25—SHOP DRAWINGS
SC-25.03 CONTRACTOR'S RESPONSIBILITIES
A. Provide Shop Drawings for the following items:
Specification Section Shop Drawing Description
025608 Inlet
027202 Manholes
027205 Fiberglass Manholes
Supplementary Conditions 007300-20
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Specification Section Shop Drawing Description
027402 Reinforced Concrete Pipe Culverts
038000 Concrete Structures
055420 Frames, Grates, Rings& Covers
T City Specifications for Traffic Sign Blanks
ARTICLE 26—RECORD DATA
SC-26.03 CONTRACTOR'S RESPONSIBILITIES
A. Submit Record Data for the following items:
Specification Section Record Data Description
022100 Select Material
022420 Silt Fence
025223 Crushed Limestone Flexible Base
025404 Asphalts, Oils, & Emulsions
025412 Prime Coat
025414 Aggregate for Surface Treatment
025418 Surface Treatment
025424 Hot Mix Asphalt Concrete Pavement
025620 Portland Cement Concrete Pavement
025805 Work Zone Pavement Markings
025807 Pavement Markings (Paint and Thermoplastic)
025813 Preformed Thermoplastic Striping, Words & Emblems
025816 Raised Pavement Markers
Polyvinyl Chloride Pipe (ASTM D 2241 Pressure Pipe for
026204 Wastewater Force Mains, Irrigation Systems and Water
Transmission Lines)
026206 Ductile Iron Pipe & Fittings
026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe
for Municipal Water Mains and Wastewater Force Mains)
026214 Grouting Abandoned Utility Lines
026402 Waterlines
026404 Water Service Lines
026409 Tapping Sleeves &Tapping Valves
026411 Gate Valves for Waterlines
Supplementary Conditions 007300-21
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
026416 Fire Hydrants
027202 Manholes
027205 Fiberglass Manholes
027602 Gravity Wastewater Lines
027628 Wastewater Line Rehabilitation—Pipe Bursting
030020 Portland Cement Concrete
032020 Reinforcing Steel
037040 Epoxy Compounds (S-44)
T Txdot 260 Lime Treatment(Road-Mixed)
SC-30.21 Notices.
B. Strict compliance is required for all notice provisions in this Contract.
END OF SECTION
Supplementary Conditions 007300-22
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 4/2022
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F11
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
�ousC� N. LEXINGTON BOULEVARD (HOPKINS ROAD
a TO LEOPARD STREET) BOND 2018
�- PROJECT NO. 18028A
RFB# 4672
CITY OF CORPUS CHRISTI - PROCUREMENT
1852
Addendum No: 1 Addendum Date: April 6, 2023
Bidder must acknowledge the receipt of this addendum in its bid. Failure of the
Bidder to acknowledge this Addendum may result in City's rejection for the Bidder
for non-responsiveness.
BID DOCUMENT CHANGES
• SECTION 1.3 - SCHEDULE
Revised as follows:
Date/Time Activity
March 13, 2023 Request for Bids published
March 22, 2023 @ 10:00 AM CT Pre-Bid Conference
Requests for Clarification from Bidders
March 29, 2023 by 4:00 PM CT are due
By Affil 5, 2023 Responses to Requests for Clarification
By April 6, 2023 will be posted via Addendum in CivCast
April 12, 2023 @ 2:15 PM CT BIDS DUE/BID OPENING
May 2023 Projected Date Award of Contract
June 2023 Anticipated Notice to Proceed
• Section 00 30 01 BID FORM has been replaced in its entirety to modify the bid
items. See attached new Bid Form which must be submitted with your bid.
• Modifications to the Specifications - See attached modifications to
Specifications.
• Modifications to the Drawings- See attached modifications to the Drawings.
ATTACHMENTS:
00 30 01 BID FORM
Modifications to Specifications
Modifications to Drawings
Requests for Clarification
"ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED"
Lois Hinojosa, CTCD
Procurement Officer
Page 1 of 1
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
009101 ADDENDUM NUMBER 1
Project: N.Lexington Boulevard (Hopkins Rd.to Leopard St.)Bond 2018 Project Number: 18028A
Owner: City of Corpus Christ!
City
Engineer: J.H. Edmonds, P.E. Engineering Services
Hanson Professional
Designer: Victor E. Murillo, P,E. Services, Inc.
Addendum No. 1 Specification Section: 009101 Issue Date: 04/04/2023
Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this
Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form
may render the Bid as non-responsive and serve as the basis for rejecting the Bid.
Make the additions, modifications or deletions to the Contract Documents described in this
Addenclurn.
Approved by:
Victor E. Murillo, P.E. 04/04/2023
Name Dote
Addendum Items:
Modifications to Specifications:
Delete:00 30 01 Bid Form-Base Bid 1 HIVIAC � ��N f
00 52 23 Agreement OF
Add: 00 30 01 Bid Form-Base Bid 1 HMAC(Attachment CN
00 52 23 Agreement(Attachment No. 2) 1......oe..*...................I
VICTOR E. MURILLO
.......... ........
Modifications to Drawings:
137'$95 4i
Delete Sheet: 5,28,45,50,58,and 88
EN
Add Sheet:5,28,45,50,58, and 88(Attachment No. 3)
Clarification:
Response to Civcast Questions
Hanson Professional Services, Inc.
TB PE F-417
Addendum No, 1 009101-1
N. Lexington Boulevard (Hopkins Rd.to Leopard St.), Project No. 18028A Rev 01-13-2016
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
ARTICLE 1—BIDDING REQUIREMENTS
1.01 ACKNOWLEDGE ADDENDA
A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for
this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement
Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid.
1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS (Not Applicable)
ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS.
2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS)
A. Delete the following Specification Sections (or Technical Specifications):
Deleted Specification Sections (or Technical Specifications)
SECTION 00 30 01 BID FORM - BASE BID 1 HMAC
SECTION 00 52 23 AGREEMENT
B. Add the following Specification Sections (or Technical Specifications):
Added Specification Sections (or Technical Specifications) (Attachment No. 1)
SECTION 00 30 01 BID FORM - BASE BID 1 HMAC
SECTION 00 52 23 AGREEMENT
2.02 AMEND SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS) (Not Applicable)
ARTICLE 3- MODIFICATIONS TO THE DRAWINGS
3.01 ADD OR DELETE DRAWINGS
A. DELETE the following Drawings:
Deleted Drawings
5—Base Bid— Flexible (H.M.A.C.) Pavement Estimated Quantities
28—Storm &Street Plan and Profile (LT) STA. 15+00—STA. 20+00
45—Water&Wastewater Plan and Profile (LT) STA. 5+00—STA. 10+00
50—Water&Wastewater Plan and Profile (LT) STA. 30+00—STA 35+00
58—Wastewater Laterals(1 of 1)
88—Temporary Traffic Control (TTC) Plan Notes
Addendum No. 1 00 9101-2
N. Lexington Boulevard (Hopkins Rd.to Leopard St.), Project No. 18028A Rev 01-13-2016
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
B. ADD the following Drawings:
Added Drawings(Attachment No. 2)
5—Base Bid— Flexible (H.M.A.C.) Pavement Estimated Quantities
28—Storm &Street Plan and Profile (LT) STA. 15+00—STA. 20+00
45—Water&Wastewater Plan and Profile (LT) STA. 5+00—STA. 10+00
50—Water&Wastewater Plan and Profile (LT) STA. 30+00—STA 35+00
58—Wastewater Laterals (1 of 1)
88—Temporary Traffic Control (TTC) Plan Notes
3.02 AMEND DRAWINGS(Not Applicable)
ARTICLE 4—CLARIFICATIONS
4.01 QUESTIONS
1. Question: Proposal form Part E bid item E12 calls for 5) Manholes under 8' depth (correct).
However,there are no bid items for 2) proposed manholes 37+55.31 38+58.63 which are
over 8' depth.
Answer: A bid item for the two manholes with a depth greater than 8' have been included
In the revised bid in Addendum No. 1.
2. Question: Proposal form Part E bid item E12 calls for 5) Manholes under 8' depth (correct).
However,there are no bid items for 2) proposed manholes 37+55.31 38+58.63 which are
over 8' depth.
Answer: A bid item for the two manholes with a depth greater than 8' have been included
In the revised bid in Addendum No. 1.
3. Question: Will Ductile Iron pipe for offsets be added to the bid form or is it a subsidiary cost
to the PVC waterline?
Answer: The Ductile iron pipe shall be subsidiary to the C900 PVC Waterline bid items.
4. Question: Would you please post the pre-bid meeting attendees list?
Answer:The City does not require that attendees sign in for Pre-Bid Conference.
5. Question: Sheet 28, roughly at STA 15+00 to 16+50-The call out is for(3) -30" Arch lines at
141 LF on each; however, only two lines are drawn on the culvert. Are two 141 LF runs of
30" Arch needed here, or three 141 LF runs of 30" Arch pipe?
Answer:There should be (2)—30" Arch pipes at this location and the call out has been
revised in the plans.
6. Question: On sheet 45, between the manholes at STA 5+19.23 and 5+96.82,the plans call
for 120 LF of 10" HDPE inside 18" casing. However, on the lateral page for the run on sheet
58, STA 5+62,the 10" pipe is called out as 10" SDR26 PVC. Which spec of pipe do you want
for this 10" run?
Addendum No. 1 00 9101-3
N. Lexington Boulevard (Hopkins Rd.to Leopard St.), Project No. 18028A Rev 01-13-2016
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Answer:The proposed sewer line crossing shall be 10"SDR26 PVC.The plan call outs have
been revised.
7. Question:The 10" sewer line going through the 18" casing on sheet 50 is called out as 10"
HDPE on this page, but the corresponding lateral sheet 58 at STA 33+20 calls out the 10"
line as 10" SDR26 PVC. Which spec of pipe do you want for this 10" crossing?
Answer:The proposed sewer line crossing shall be 10"SDR26 PVC.The plan call outs have
been revised.
8. Question:The bid summary calls for 218 LF of 20" casing on the sewer lines on bid item
E20, but the plans show these runs of casing as 18", not 20" on sheets 45 and 50, as well as
on lateral sheet 58". Which size of casing will be required?
Answer:The casing shall be 20" in diameter.The plan call outs have been revised.
9. Question: Plans call for 100 LF of 8" SDR26 PVC in between the manholes at 37+55.31
38+58.63 on sheet 51. This 8" SDR26 is not on the bid summary-can it be added? (As
mentioned in one of the other questions,the bid summary does not seem to call out the
two manholes at STA 37+55.31 38+58.63 either. Can these be added to the summary
also?)
Answer:The 8" SDR26 PVC bid item and the manholes have been added to the bid and
plans.
10. Question: Based on the typical sections and the general requirements of the TTC on sheet
88 that require an 11' travel lane with no TCDs within the lane to remain open -temporary
pavement(detour) widening would be required to acomplish a phased construction
sequence. Please provide a separate pay item for this widening or a variance to these TTC
requirements.
Answer:Temporary pavement shall be placed to achieve the 11' minimum travel lane as
required. Payment for the temporary pavement shall be included in bid item A7—Traffic
Control (Mobilization, Implementation, and Adjustments).The temporary pavement shall
be all weather pavement and include the installation and disposal of material.
11. Question: Note 1 under the Traffic Control Devices heading on sheet 88 states that 6 new
PCMS will be required and shall become property of the City. There is a pay item for 4
PCMS, please clarify if they are to remain property of the City.
Answer:The traffic control devices will remain in the ownership of the contractor after the
project is complete.The note in the TTC has been revised accordingly.
4.02 CLARIFICATIONS
1. The duration of the project has been increased to substantially complete the project in 550
days.A new Agreement is being issued with Addendum No. 1.
2. The verbiage for Item G29—Clear Right-of-Way(Haul Pre-cleared Trees, Brush, and Debris
Offsite) has been revised to Clear Right-of-Way(For Hopkins Ditch).This item shall be paid
for as described in Section 021020 Site Clearing and Stripping.
END OF ADDENDUM NO. 1
Addendum No. 1 00 9101-4
N. Lexington Boulevard (Hopkins Rd.to Leopard St.), Project No. 18028A Rev 01-13-2016
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
00 30 01 BID FORM
Project
Name: N.Lexington Blvd.(Hopkins Rd.to Leopard St.)
Project
Number: 18028A
Owner: City of Corpus Christi
OAR:
Designer: Hanson Professional Services Inc.
By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt
of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the
Work in accordance with the Contract Documents for the Bid price.
Bidder: (full legal name of Bidder)
Signature: (signature of person with authority to bind the Bidder)
Name: (printed name of person signing Bid Form)
Title: (title of person signing Bid Form)
Attest: (signature)
State of Residency:
Federal Tx ID No.
Address for Notices:
Phone: Email:
ADDENDUM No. 1
ATTACHMENT Na, 1
PACE 1 OF 4
Bid Form 00 30 01-Page 1 of 4
N.Lexington Blvd(Hopkins Rd.to Leopard St.)Project No.1828A Rev 8/2019
DocuSign Envelope ID:AEFC649O-2E25-4C36-A61D-EC589ODO2F11
00 30 Ol BID FORM
Basis of Bid
Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED AMOUNT
gLIANTITY
Base Bid
Part A-General(per SECTION 012901 MEASUREMENT AND BASIS FOR PAYMENT
Al M0BI LIZATION(MAX 5%PART A) LS 1
A2 BONDS AND INSURANCE LS 1
A3 OZONE ACTION DAYS EA 6
A4 CLEAR RIGHT-OF-WAY AC 10.7
A5 SURVEY MONUMENT EA 2
A6 TRAFFIC CONTROL DESIGN BY A PROFESSIONAL ENGINEER(ALL PHASES) EA 1
A7 TRAFFIC CONTROL(MOBILIZATION,IMPLEMENTATION,AND ADJUSTMENTS) LS 1
A8 TRAFFIC CONTROL ITEMS(SIGNS,BARRICADES,CHANNELIZING DEVICES,LPCBs,etc) MO 18
A9 TRAFFIC CONTROL PORTABLE CHANGEABLE MESSAGE BOARDS EA 4
A10 SEEDING SY 23065
All STORMWATER POLLUTION PREVENTION PLAN(SWPPP)(EXCLUDING SILT FENCE AND INLET PROTECTION) LS 1
Al2 SILT FENCE(FOR SWPPP) LF 4830
A13 ALLOWANCE FOR UNANTICIPATED GENERAL ACTIVITIES AL 1 $10,000.00 $ 10,000.00
SUBTOTAL PART A-GENERAL(Items Al thru A13)
Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT)
Bl MOBILIZATION(MAX 5%PART B) LS 1
B2 2.5 INCH TYPE D HMAC(FINAL SURFACE) SY 12157
B3 4.5 INCH TYPE B HMAC(INITIAL SURFACE) SY 12157
B4 ONE COURSE SURFACE TREATMENT(UNDERSEAL) SY 12157
B5 PRIME COAT,MC-30(0.15 GAL/SY) GAL 1823.55
B6 11 INCH CRUSHED LIMESTONE FLEXIBLE BASE MATERIAL(TYPE A,GRADE 1-2) SY 13904
B7 8 INCH CEMENT STABILIZED SUBGRADE SY 13904
B8 PROOF ROLLING HR 16
B9 STREET EXCAVATION SY 12157
B10 REFL PAV MRK TY I(Y)4"(BRK)(090MIL) LF 780
Ell REFL PAV MRK TY I(W)4"(SLD)(090MIL) LF 7841
B12 REFL PAV MRK TY I(W)8"(SLD)(090MIL) LF 140
B13 REFL PAV MRK TY I(Y)4"(SLD)(090MIL) LF 2027
B14 REFL PAV MRK TY C HEATAPPLIED PREFAB PREFORMED THERMOPLASTIC(W)24"(SLD)(125MIL) LF 58
B15 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)18"(YLD TRI)(125MIL) EA 8
B16 REFL PAV MRKR TY II-A-A EA 70
B17 REFL PAV MRKR TY II-C-R EA 2
B18 REFL PAV MRKR TY II-B-B EA 14
B19 6INCH CONCRETE DRIVEWAY SF 73545
B20 EXISTING DRIVEWAY DEMOLITION(INCLUDES ALL MATERIAL TYPES) SF 73950
B21 REMOVE,REPLACE,AND RELOCATE EXISTING MAILBOX EA 5
B22 FURNISH AND INSTALL ROADSIDE TRAFFIC SIGN AND SIGN SUPPORT(TRIANGULAR SUPBASE) EA 24
B23 REMOVE ROADSIDE SIGN,SUPPORT,AND ASSEMBLY EA 5
B24 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS AL 1 $20,000.00 $ 20,000.00
SUBTOTAL PART B-STREET IMPROVEMENTS(Items 133 thru B24)
Part C-GAS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT)
C1GAS AND PIPELINE EXPLORATORY EXCAVATION LS 1
C2 EXCAVATION,BACKFILL AND COMPACTION OF TRENCH GAS LINE(ADJUSTM ENT TO BE COMPLETED BY THE CITY OF CORPUS CHRISTI GAS LF 500
C3 ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS AL 1 $20,000.00 $ 20,000.00
SUBTOTAL PART C-GAS IMPROVEMENTS(Items Cl thru C3)
ADDENDUM No. 1
ATTACHMENT N0, 1
PAGE 2OF4
Bid Form 00 30 Ol-Page 2 of 4
N.Lexington Blvd(Hopkins Rd.to Leopard St.)Project No.1828A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
00 30 Ol BID FORM
Item DESCRIPTIONUNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT
QUANTITY
Part D-STORMWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT)
D1 MOBILIZATION(MAX 5%PART D) LS 1
D2 CONCRETE RIPRAP SY 771
D3 DRIVEWAY CURB AND GUTTER LF 101
D4 CURB AND GUTTER DEMOLITION LF 101
DS 24"REINFORCED CONCRTE PIPE(CLASS III) LF 947
D6 30"REINFORCED CONCRETE PIPE(CLASS III) LF 282
D7 30"REINFORCED CONCRETE ARCH PIPE(CLASS III) LF 919
DS 36"REINFORCED CONCRETE PIPE(CLASS III) LF 1590
D9 36"REINFORCED CONCRETE ARCH PIPE(CLASS III) LF 852
D10 42"REINFORCED CONCRETE PIPE(CLASS III) LF 165
D11 6'X2'REINFORCED CONCRETE BOX LF 92
D12 7'X3'REINFORCED CONCRETE BOX LF 257
D13 10'X4'REINFORCED CONCRETE BOX LF 96
D14 6'X2'REINFORCED CONCRETE BOX SAFETY END TREATMENT EA 6
D15 7'X3'REINFORCED CONCRETE BOX SAFETY END TREATMENT EA 1
D16 10'X4'REINFORCED CONCRETE BOX SAFETY END TREATMENT EA 6
D17 24"DOUBLE BARREL SAFETY END TREATMENT(TY II)(RCP)(4:1)(P) EA 6
D18 24"TRIPLE BARREL SAFETY END TREATMENT(TY II)(RCP)(4:1)(P) EA 10
D19 30"DOUBLE BARREL SAFETY END TREATMENT(TY II)(ARCH)(4:1)(P) EA 4
D20 30"TRIPLE BARREL SAFETY END TREATMENT(TY II)(RCP)(4:1)(P) EA 6
D21 36"TRIPLE BARREL SAFETY END TREATMENT(TY II)(RCP)(4:1)(P) EA 26
D22 30"TRIPLE BARREL SAFETY END TREATMENT(TY II)(ARCH)(4:1)(P) EA 4
D23 36"TRIPLE BARREL SAFETY END TREATMENT(TY II)(ARCH)(4:1)(P) EA 10
D24 HEADWALL(CH-FW-O)(DIA=42 IN) EA 2
D25 CONCRETE HEADWALL(7'X3') EA 1
D26 CONCRETE WINGWALLS(FW-S)(7'X3') EA 1
D27 REMOVE EXISTING GRATE INLET EA 2
D28 REMOVE STORM SURFACE END TREATMENT EA 28
D29 REMOVE EXISTING STORM PIPE LF 3313
D30 DITCH RESHAPING,EXCAVATION,COMPACTION,AND REGRADING LF 5753
D31 TRENCH SAFETY FOR PIPE AND BOX CULVERTS LF 5200
D32 ALLOWANCE FOR UNANTICIPATED STORMWATER IMPROVEMENTS AL 1 $25,000.00 $ 25,000.00
SUBTOTAL PART D-STORMWATER IMPROVEMENTS(Dl THRU D32)
Part E-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT)
El MOBILIZATION(MAX 5%PART E) LS 1
E2 REMOVE EXISTING WASTEWATER LINE LF 1600
E3 REMOVE EXISTING WASTEWATER MANHOLE EA 5
E4 10"PVC(SDR 26 ASTM D3034)WASTEWATER GRAVITY LINE LF 198
E5 PIPE BURST EXISTING 8"VCP W/10"HDPE LF 1702
E6 PIPE BURST EXISTING 10"VCP W/12"HDPE LF 1475
E7 12"PVC(SDR 26)WASTEWATER GRAVITY LINE LF 1600
E8 TRENCH SAFETY FOR WASTEWATER LINES LF 1798
E9 TRENCH SAFETY FOR WASTEWATER MANHOLES EA 6
ETD 20"STEEL CASING LF 218
Ell MANHOLE REHABILITATION W/FIBERGLASS LINER AND ADJUSTTOP TO GRADE EA 8
E12 4'DIAMETER WASTEWATER MANHOLE(LESS THAN 8'DEPTH) EA 5
E13 WASTEWATER BY-PASSING LS 1
E14 WASTEWATER SERVICE RECONNECTIONS EA 32
E15 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS AL 1 $10,000.00 $ 10,000.00
E16 4'DIAMETER WASTEWATER MANHOLE(GREATER THAN S'DEPTH) EA 2
E17 8"PVC(SDR 26)WASTEWATER GRAVITY LINE LF 100
SUBTOTAL PART E-WASTEWATER IMPROVEMENTS(El THRU E17)
Part F-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT)
F1 MOBILIZATION(MAX 5%PART F) LS 1
F2 6"C900 PVC WATERLINE LF 73
F3 8"C900 PVC WATERLINE LF 7243
F4 8"D.I.M.J CROSS EA 1
FS 6"D.I.M.1,90 DEG BEND EA 22
F6 8"D.I.M.J.45 DEG BEND EA 32
F7 8"X6"D.I.M.J.TEE EA 26
F8 8"X8"D.I.M.J.TEE EA 5
F9 8"GATE VALVE EA 18
F10 8"X6"D.I.M.J.REDUCING TEE EA 5
F11 TRENCH SAFETY FOR WATERLINES LF 7316
F12 6"D.I.M.J.LONG PATTERN SLEEVE(1-FOOT MIN.) EA 2
F13 8INCH D.I.M.J.LONG PATTERN SLEEVE(1-FOOT MIN.) EA 1
F14 REMOVE EXISTING WATERLINE LF 150
F15 GROUT FILLAND ABANDON IN PLACE EXISTING WATERLINE LF 7081
F16 REMOVE EXISTING FIRE HYDRANT ASSEMBLY AND FITTINGS EA 10
F17 FIRE HYDRANT ASSEMBLIES EA 29
F18 WATERLINE RECONNECTIONS EA 6
F19 1"WATER SERVICE RECONNECTIONS(INCLUDING ADJUSTING EXISTING METER AND METER BOXTO GRADE) EA 36
F20 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS AL 1 $10,000.00 $ 10,000.00
SUBTOTAL PART F-WATER IMPROVEMENTS(Fl THRU F20)
ADDENDUM No. 1
ATTACHMENT N0, 1
PAGE 3OF4
Bid Form 00 30 Ol-Page 3 of 4
N.Lexington Blvd(Hopkins Rd.to Leopard St.)Project No.1828A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
00 30 Ol BID FORM
Item DESCRIPTIONUNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT
QUANTITY
Part G-HOPKINS DRAINAGE DITCH IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT)
GI MOBILIZATION(Max 5%Part G) LS 1
G2 HYDROMULCH SY 34778
G3 7'x5'RCB LF 164
G4 6'x6'RCB LF 933
G5 8'x7'RCB LF 288
G6 36"RCP LF 40
G7 24"RCP LF 60
G8 EXISITING 36"RCP TO BE REMOVED LF 56
G9 EXISITING 42"RCP TO BE REMOVED LF 164
G10 EXISITING 54"RCP TO BE REMOVED LF 138
G11 EXISITING 60"RCP TO BE REMOVED LF 203
G12 EXISITING 48"CMP TO BE REMOVED LF 214
G13 EXISITING 6'x4'BOX CULVERT TO BE REMOVED LF 96
G14 EXISITING 9'x5'BOX CULVERT TO BE REMOVED LF 87
G15 24"SINGLE BARREL HEADWALL EA 1
G16 24"DOUBLE BARREL SAFETY END TREATMENT EA 1
G17 36"SINGLE BARREL SAFETY END TREATMENT EA 1
G18 JUNCTION BOX SAFETY END TREATMENT EA 1
G19 6'X6'WINGWALL EA 12
G20 8'X7'WINGWALL EA 2
G21 SURFACE END TREATMENT REMOVAL/DEMOLITION EA 5
G22 CONCRETE PLATING SF 2298
G23 WINGWALL REMOVAL/DEMOLITION EA 3
G24 PAVEMENT REPAIR SF 2531
G25 GRAVEL DRIVEWAY REPAIR SF 7295
G26 PAVEMENT/DRIVEWAY DEMOLITION SF 6274
G27 HOPKINS DITCH EXCAVATION LF 8074
G28 EMBANKMENT(SHOULDER UP) CY 428
G29 CLEAR RIGHT-OF-WAY(FOR HOPKINS DITCH) AC 13
G30 TREE REMOVAL EA 6
G31 RIPRAP SY 1002
G32 TRENCH SAFTEY FOR STORM WATER LINES LF 1485
G33 ALLOWANCE FOR UNANTICIPATED DITCH IMPROVEMENTS AL 1 $30,000.00 $ 30,000.00
SUBTOTAL PART G-HOPKINS DRAINAGE DITCH IMPROVEMENTS(Gl THRU G33)
Part H-ENVIRONMENTAL ISSUES(per SECTION 01 29 Ol MEASUREMENT AND BASIS FOR PAYMENT)
H1 JALLOWANCE FOR UNANTICIPATED ENVIRONMENTAL ISSUES AL 1 $20,000.00 $ 20,000.00
SUBTOTAL PART H-ENVIRONMENTAL ISSUES(1-11)
BID SUMMARY
SUBTOTAL PART A-GENERAL(Items Al thru A13)
SUBTOTAL PART B-STREET IMPROVEMENTS(Items Bl thru B24)
SUBTOTAL PART C-GAS IMPROVEMENTS(Items Cl thru C3)
SUBTOTAL PART D-STORM WATER IMPROVEMENTS(Items D1 thru D32)
SUBTOTAL PART E-WASTEWATER IMPROVEMENTS(Items E1 thru E17)
SUBTOTAL PART F-WATER IMPROVEMENTS(Items F1 thru F20)
SUBTOTAL PART G-HOPKINS DRAINAGE DITCH IMPROVEMENTS(Items G1 thru G33)
SUBTOTAL PART H-ENVIRONMENTAL ISSUES(Items Hl)
TOTAL PROJECT BASE BID(PARTS A THRU H)
ADDENDUM No. 1
ATTACHMENT N0, 1
PAGE 4OF4
Bid Form 00 30 Ol-Page 4 of 4
N.Lexington Blvd(Hopkins Rd.to Leopard St.)Project No.1828A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
0
x855
00 52 23 AGREEMENT
This Agreement 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:
N. Lexington Boulevard (Hopkins Road to Leopard Street)
Proiect Number 18028A
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
VMurillo@hanson-inc.com
Note to Specifier: City will complete paragraph 2.02 upon award of contract.
2.02 The Owner's Authorized Representative for this Project is:
Mai Bernal—Major Projects Engineer
City of Corpus Christi—Engineering Services
4917 Holly Road, Bldg.#5
Corpus Christi,TX,78411
MaiB@cctexas.com
ARTICLE 3—CONTRACT TIMES
3.01 Contract Times
A. The Work is required to be substantially completed within 550 days after the date when the
Contract Times commence to run as provided in the Notice to Proceed and is to be completed
and ready for final payment in accordance with Paragraph 17.16 of the General Conditions
within 580 days after the date when the Contract Times commence to run.
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-1
PAGE 1 OF 6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 0135 00 SPECIAL
PROCEDURES.
3.02 Liquidated Damages
A. Owner and Contractor recognize that time limits for specified Milestones, Substantial
Completion, and completion and readiness for Final Payment as stated in the Contract
Documents are of the essence of the Contract. Owner and Contractor recognize that the
Owner will suffer financial loss if the Work is not completed within the times specified in
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 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 each day
that expires after the time specified in Paragraph 3.01 for completion and readiness for
final payment until the Work is completed and ready for final payment in accordance
with Paragraph 17.16 of the General Conditions.
3. Liquidated damages for failing to timely attain Substantial Completion and Final
Completion are not additive and will not be imposed concurrently.
4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in
SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions.
5. The Owner will determine whether the Work has been completed within the Contract
Times.
B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its
actual damages resulting from the failure of Contractor to complete the Work in accordance
with the requirements of the Contract Documents.
ARTICLE 4—CONTRACT PRICE
4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract
Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed
in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that
estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and
final payment for all unit price items will be based on actual quantities, determined as provided
in the Contract Documents.
Total Base Bid Price $
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-2
PAGE2OF6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 5.02.13, less the total of
payments previously made and less set-offs determined in accordance with Paragraph 17.01
of the General Conditions.
D. At the Owner's option, 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.
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.
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-3
PAGE3OF6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-4
PAGE4OF6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
Contractorthat 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 0100 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.
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-5
PAGE5OF6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
ARTICLE 10—CONTRACT DOCUMENT SIGNATURES
ATTEST CITY OF CORPUS CHRISTI
Rebecca Huerta Jeffrey Edmonds, P.E.
City Secretary 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 Title:
person signing for CONTRACTOR is not President,
Vice President, Chief Executive Officer, or Chief
Financial Officer Address
City State Zip
Phone Fax
EMail
END OF SECTION
ADDENDUM No.1
Agreement ATTACHMENT No. 2 005223-6
PACE 6 OF 6
N. Lexington Blvd (Hopkins Rd.to Leopard St.) Project No. 1828A Rev 12/2021
savaS 6uuae3 jo auaw}ade
p
SVX31
---- S3111Nb(b 031bWIlS3 1N3W3/
bd
PaJ-40°0 lost, (OyWH) 3181X374 — 418 3Sb8
aui ainas ioissaaa uouH US18HO S1d200 /Q .UIO �
g.
0�0
: FOZ roNl w!Ng ONoiaalad 11111H P 000 nIOZ QN0n
o
NOSA� (•1S ONb'd037 01 •ON SNINdOH)
NTS
o ezoz¢¢n ' Y 1 1 '0/178 N010NIX37 •N a
NOadIa0S30 M 3Ltl0 'ON N01- . 1A9 3LY0 'ON N0151/aa
raN NMN300V I wan sz/aalra i
t �
..4. .. ....... . g-
6
6 z u
2 z LL
o
zxw Inn,
LU w
C] 2y H M "116HI
W pf IN � U11s �
w
L'S F- �,.,:�.,.w��.:w p . .. .,.o.. .�.. w �w w �
a a is
€ o
- K s gLLo
oo
� � ti
o w � i
a
V rr bar bNo
Elioo
j 8
"All ono
� R3�
��nN n o ��� no F,flP��z� ,�n„ a� aW��
OWN
.............................................................
WA A
0
S
w z gro � �d „ tia
WINDOW
IN�D"Ofo� zNzww u°i��3a mmmm� �� fius w�� " WH
ohoWlS'�. oox�z�ao°�� a u �B NxizJ Q> wo �o
wqw W w QSS
W � ti ytiNww� Ww H �s
y°w'm�%������ 88 �� wags rc`wo so
3114ba �b °- � 3m °arc � LL3�w� zx a✓ SK°o1du�Ow
WMESA kit
������i3�
H
Z
W
W
a
v w _ - a
w sr o w �o w c z6 1. t
= N N4 Num qoUa `�� Qp<
a
w
o
�
z
Q
o g w :..
ww rc �W °' q w Wz a �'� � � ��rj 000
Y W a Qa'�u F �� b og g� g o u o'ar1 g6
wWffiaffi
SWUM,-���>'-�zC�a.t �£W�aO4K�rc�z
uo
z,
U. WO11 W �
W',1-2
zgF � 1-F F � YrYx xxrc rc Via . w _ 0000 oo°°oou� 3 ��oNw
rci2 ri=�iuyx�iw�zo 1w9�1
c=ie=9
o1
0�a U1-K1-�;- plop!;
lop!
ME
w
00
omaAavrvrvnssauuuvnoa�vrvus3 aHs avoa atlo se�cois�seora�V
in eoe�a3aaoi rvd�se czoz'to adv
0
seoiveS &WOetOU3 Jo ;--Vadep
v s x9" S N1 L"°3 H1 SVX31 OO+OZ b'1S — 00+91 b'1S
al'9sPUp sn lop g 0 w
GrPa�eU!Ilo'J 109b
(ll) 371d021d ONb Nbld 133211S �8 W2101S
°j oyi� 'aul saoinlag�euoissa;ad uosueH 11S1aHo sndaoo so ulo �
£ZOZ'Oul M!l loul!"'Iad""IH 3V N o0p ^'�• N
r — (810Z ON08) No
NOSA� (IS ONb'd037 'ON Ol SN1NdOH)
'�Y�7 � '0/1l8 N010NIX37 'N � a
NO— Aa 31tl0 'ON N 111 NOIW... A9 —0 'ON 401—
['aN NnON300V wan sZ/aalaa
(6Z 133HS 33S) (62 13311413 33S) _r
OO+OZ VIS IV 3NIIIADIVW � 00+07 VIS IV 3 I1H01 W c o co o
o z O
SL SL q
OL W CV
.9Z C] w
�� �xW
W
y
w m ua
ort
�o TII j aM ��,®_ +
s ( j
i I
t . o
o
I a " (n) tV tJ13 100
13 + G ®
6 W' A�73�'l'0 +
111 is -
x �3
x0oz x0az
.I III o,
' I
I
I Gab �s9
I a n
I �
LL
I4
co
5.
wo
� I
F IT'�:... _ +
w aG^moo
jig-
PH
I'I
LU
a - '
m
I II I - Z f nm Rh F R
(n) 9'0s 'A91A1d O
sr-ATB n70 0
'OO LL vis +
r I I
rt
=fie I '
II
s a
tl
' II ISI '
4I w �
ow I III
k �
uI
x0oz xo9z
01 m
3 t5, o
,:I
I� �o
a
II
I ee �a I
,�d
a
.I
w o I
= I
n
<� 3
02
N I
a�M
41)e LL 9a�= A313 IJ
3 70
I I � e 0900+9L-YE o
5 Z
o �$ o
W 00+66 VIS IV 3NIlHOIVW �U�. �0 51.VI's V 3NI1 3IVW L?
UZ 133HS 33S) Ses� UZ 1 3H 33 )
S
W
0M0'll-dNd133LLSHNNO1S 3HS OtlOtl Otl0 O9l£Ol9l S90f91 I
U) .1,038801 Nd 9£:9£ZOZ'CO Hdtl
O
sssos"��'"31 8e01v8S &WOetOU3 JO ;--Vadep n
o N "' bs al'11�e4s1j40sndao SVX31 00+0L 'V1S— 00+9 'VIS (17) 07
�r
ss 'Pa ,11.0 L09b g11
'oul sa Pu.s leuolssa;ad uosueH US18HO sndaoo so Am 311308d ONV NVId 831VM31SVM -8 831VM 00
£ZOZ'Oul M!I loul!"'Iad u"IN 14F1=00 7
(8LOZ ON08)
NOSA� (•1S OMaVdO3-1 Ol SNINdOH)
'�Y�7 � •0/18 N010NIX37 •N � a
NOOdItl0S30 .V3 3Ltl0 'ON N 111 N—IY0530 A9 —0 'ON 401—
t'NN NnON300V wan £Z/40!40 L
(9b 133HS 33S) Ot 139HS 33S) _cn
00+06 b'1S lb'3N11HDIVIM � F ff 00+U6 VIS IV 3 11H01 W o 0 co 0
L,=
Nq
o: � z o
2E �
D w co
Z Z L uj
11
'II �Ilu� a Udx
o
U)
'WON AZI
O
I I a �i �
dmf +} = G_ 3� +
I
1 9
I,>
oz _
m
It x
AN
sl
� w
� xaaz I soo zz �
s
s I
s
�a
II Z I &
O G -� O
I s �=3� ��� Ln
III s
3 - a
Ir.
w
+
d
y
x�
I I
\ I
J
k
)�,1
a
„ I
l
J
x
m
w
Ww a
+
Aj
� m m
I
� ♦ Y
m
w I I
N r ^
v �
� � �a Ic I %7 pis€ ao
mi / o
a
w 00+9 VIS IV 3NI111431` IA J gig 004-9 VIS d 3NI1 0iVW
s
\ g
3�
oe� �
ebb 133HS 33S) ebb 1 3HS 33 )
N
li CO � O N
OMO'1l-dNdtl31tlM3L W*dll3n avou M790197;17371
U) 602L088M Nd e£:0£ZOZ'CO Nl
O
sssos"��'"31 wolves &WOetOU3 Jo ;--Vadep n
'!lsljUOsndao SVX31 00+5£ 'V1S— 00+0£ 'VIS (17) 07
�r
—'—s leuolssa;ad uosueH US18HO sndaoo so Am 311308d ONV NVId 831VM31SVM -7 831VM 00
2 Z f:' S53[fl £ZOZ'Oul LINOS lOul!"'Iad u"IH 141P=00 O
(GtOZ ON08) o
NOSA� ('1S OaVdO3-1 Ol 'Oa SNINdOH)
'�Y�7 � '0/18 N010NIX37 'N � a
NO— .V3 31tl0 'ON N 111 NOIW... A9 —0 'ON NOI—N
['-N NnON300V wan fz/*alba l
(65133HS 33S) M 139HS 33S)
00+5£VIS IV 3NI1HOIVW 00+SE VIS IV 3 I1H01 W o
n ll oo oo+s£=vi +
s o ®cQ
n � I� ago h O
w
<_ date w
w -
w +
a
g xoo'z xoo z s o w
0
w� a
w c
H
g= I O
g = + 'og M \� ll 00'00+bE-vi
asp 3 mJ a� 0 I a!
gil
0
zs
>
w
k
z
\ N
+ 'ut ll 6L'LZ+E£=tll
a w
>
o r
I�
+
f
- y I
`?.J SI�� � of II
0
z�
_ 7 x�� " u
^
v v
r x
J m w
I ;
s' esS w`
w o
m
1 O
d&
jg
is m
ll 00 oo+zE tli N
gi
as I
W
gg
n
r u' 3 I I �o�• I
I I w8
rim I.
x� a
w
Soo- xaoz
p M
3
N i f •5' 93% n C
�y �
RR18
��� s= +
00 oo+oE vl
a 00+0£VIS IV 3NIlHOIVW gig� 00+0C V.L$ V 3NIl Q1pW �
9 (617 133HS 33S) yea (6b.L 3HS 33 )
Wa M r7 N N
OMO'll-dNd831VM3 MW83IVM 3HSOtlOtl Otl0 OS l£OISI SSOfsI I
U) 608L03tlH01 Nd WS£ZOZ'CO Hdtl
0
_ ri,noits�.Yl au saainlaWx o :. i llbBSLoolsesseu�x,00ai�sl-�ss'a!il;dai ci;s�c�r��n3d�H31�
860WOS &WetOU3 Jo ;--Vadep
sijgo sndiao SVX31
(l 30 ) Slba3lbl 831bM31SbMPae1,Lo9q
d g00
5o
uosueH US18HO sndaoo so Am
FZOZ roNl wa!NeS IONoiaealad N H 14r!1=00
(GtOZ ONOG) o
NOSA� ('1S OaVdO37 Ol 'Oa SNINdOH) cn
o ezoz¢Lwn� ' Y�7 '0A78 N010NIX37 'N a
NOOdItlOS30 Aa 3Ltl0 'ON NOISMN NOIWIY0530 M 3LY0 'ON NOISI/aN
t'aN NnON300V I wan sZ/aalaa L
U
a co
U-
2
2 z O LN 00 � J M M N
Z)LIJ LO
00
S Lj d- O iy
LIJ C)
�
��
CD
+ N
m II I 17 + S
M
o o o R
aJ =Qw + J
w o Q
co
C J
a
a d + a,
of W
F
w a
\ J
CD
I m
+
J o
ti +
Np C14 00
Ln
n3w�h
vz_
LN 1 M M N
�g CD+
R El
�3- €
AWS ` i Ww
CD
+ ` — W Zi rc
w� o w
N
CD
oo F �dw� � zbe�a�
+
Q a«- O
YRPR 6 S� 3
\
'coy 9 J
\
am OLU
=HL' � g.
\ + F- _ U
w
pp
of
g g � ENtR
N <
Q❑ n11)
10 C-4
LN o_i—o ?io —
a '�"�in
2f3€ Ht3�5 i€�q
N g c1r1.R�=0 3 m�y' F=E?
W
OMO'Sltld31tl1d31tlM3LStlM 3H5 OtlOtl Otl0 OBl£Ol9l S90fSl�I
(n 602L0 88M Nd WO£ZOZ'CO Nl
0
s
,_„ sa,�pvaS 6uuaaui6u3 Jo auaw}.iadap �
o bSL s9xal osiago snd,0o S31ON NV7d
�N va e IIo9 Wst, SVX31 (0u) -1081N00 0133b211 AaV8OdW31 € $
pp .y i say tias iaa ;Ol
duosu9H US121HO sncia00 /a AM 00
? Z .....S 4 EZOZ'aul wa ua5 lora. 1 d H iV6,ma00 �� N
(8102 ON08) o D
y NOSNVH' (1s oavdo3� of ob sN1�1doH)
cn
'0/118 NOl`JN1X37 'N
NO9dIa0530 AB 3Ltl0 'ON NOISN9a NOI1dIa0S30 A9 —0 'ON NOIS9aa
t'aN NnON3GOV HIAEl
£Z/YO{YO 4
5
ti A
g4 Z� e o m '� - ems a ° o
EE LL
Hl
lz
LZ w
12 a
s of �y s EEW �y C)F--
F k ” n ono G ; s o
in N �l e �
=e
R°
a s
� �w S �g�a- ��� g� 3�a
_ gala � @ �$ � � e s� o _ s ase
16
Ir
in
a b a
'2H v 88m & esgKK�s12ssssg Q � Hss$g= �7R
� � n ♦ �~ m m r m w — — �— —— — — — — U —n n q — n n h �i
15
a F
q r
pl. _ El F
a
€sea 'gwW s pn�aa $
15
we 'e
k
-o. a o € tate a
wag a a � g
'=El F
"<ii € a= s pm@baa
NO
EE g
12
tt
ta=
§ sad p �' � a w § ego - off
sg s �ess3 a o
0
€� o € a
El E! � _ � s aye
w aao �soen� a 5 =aaeec saa � a® ao
a g � wg4� r � ffsIN
9 � � a9 € s saaas _ �g
IR
C3 P
OW SMONNY dlOa OOOLia 3HS OVOa atl 09l£0191 S901'9l:I
(n fi0BL03aa01 Wd oas£z TO adr
O
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
011100 SUMMARY OF WORK
1.00 GENERAL
1.01 WORK INCLUDED
A. Construct Work as described in the Contract Documents.
1. Provide the materials, equipment, and incidentals required to make the Project
completely and fully useable.
2. Provide the labor, equipment, tools, and consumable supplies required for a complete
Project.
3. The Contract Documents do not indicate or describe all of the Work required to
complete the Project. Additional details required for the correct installation of
selected products are to be provided by the Contractor and coordinated with the OAR.
1.02 DESCRIPTION OF WORK
A. Work is described in general, non-inclusive terms as:
1. This project includes the reconstruction of N. Lexington Boulevard from Hopkins
Road to Leopard Street, approximately 2,600 linear feet. In addition to the pavement
improvements wastewater pipe bursting and replacement,water lines, storm water,
and driveway improvements will be included.The Proiect will be coordinated and
approved by the City of Corpus Christi. Drainage Improvements along the Hopkins
Road ditch from N. Lexington Boulevard to Highway 44 will also be included
(approximately 2 miles).
1.03 WORK UNDER OTHER CONTRACTS
A. The following items of work are not included in this Contract, but may impact construction
scheduling and completion:
1. None.
B. In the case of a disagreement between the above list and those specified elsewhere in the
Contract Documents, the Contractor is to base his Proposal on the most expensive listing.
C. Completion of the Work described in this Contract may impact the construction and testing
of the items listed above.
1. Coordinate construction activities through the OAR.
2. Pay claims for damages which result from the late completion of the Project or any
specified Milestones.
1.04 WORK BY OWNER
A. The Owner plans to perform the following items of work which are not included in this
Contract, but may impact the construction scheduling and completion:
1. Gas line adjustments if deemed necessary during construction.
Summary of Work 011100-1
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 10/2018
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
B. Completion of the Work described in this Contract may impact the construction of the
items listed above.
1. Coordinate construction activities through the OAR.
2. Pay claims for damages which result from the late completion of the Project or any
specified Milestones.
C. Owner will provide normal operation and maintenance of the existing facilities during
construction, unless otherwise stated.
1.05 CONSTRUCTION OF UTILITIES
A. Pay for temporary power, including but not limited to construction cost, meter connection
fees, and permits.
1.06 USE PRIOR TO FINAL COMPLETION
A. Owner has the right to use or operate any portion of the Project that is ready for use after
notifying the Contractor of its intent to do so.
B. The execution of Bonds is understood to indicate the consent of the surety to these
provisions for use of the Project.
C. Provide an endorsement from the insurance carrier permitting use of Project during the
remaining period of construction.
D. Conduct operations to insure the least inconvenience to the Owner and general public.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Summary of Work 011100-2
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 10/2018
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
A. There are no alternatives on this project.
1.04 DESCRIPTION OF ALLOWANCES
A. Allowance A—Bonds and Insurance
1. A maximum of 2%of the bid price to be used for the purchase of bonds and insurance
required for the Project.
Alternates and Allowances 012310-1
N. Lexington Blvd. (Hopkins Dr.to Leopard St.), Project No. 18028A Rev 5/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
B. Allowance B—AlIowan ce for Unanticipated General Activities
1. The sum of$10,000.00 to be used for the purchase of unanticipated General Activities
discovered and addressed during the construction process.
C. Allowance C—Allowance for Unanticipated Street Improvements:
1. The sum of$20,000.00 to be used for the purchase of unanticipated Street
Improvements discovered during the construction process.
D. Allowance D—Allowance for Unanticipated Gas Improvements:
1. The sum of$20,000.00 to be used for the purchase of unanticipated Gas
Improvements discovered during the construction process.
E. Allowance E—Allowance for Unanticipated Stormwater Improvements:
1. The sum of$25,000.00 to be used for the purchase of unanticipated Stormwater
Improvements discovered during the construction process.
F. Allowance F—Allowance for Unanticipated Wastewater Improvements:
1. The sum of$10,000.00 to be used for the purchase of unanticipated Wastewater
Improvements discovered during the construction process.
G. Allownace G—Allowance for Unanticipated Water Improvements:
1. The sum of$10,000.00 to be used for the purchase of unanticipated Water
Improvements discovered during the construction process.
H. Allowance H—Allowance for Unanticipated Ditch Improvements:
1. The sum of $30,000.00 to be used for the purchase of unanticipated Ditch
Improvements discovered during the construction process.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Alternates and Allowances 012310-2
N. Lexington Blvd. (Hopkins Dr.to Leopard St.), Project No. 18028A Rev 5/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. Bid Item Al, 131, C1, D1, E1, F1, G1—Mobilization (Maximum 5%):
1. Include the following costs in this Bid item:
a. Transportation and setup for equipment;
b. Transportation and/or erection of all field offices, sheds, and storage facilities;
c. Salaries for preparation of documents required before the first Application for
Payment;
d. Salaries for field personnel assigned to the Project related to the mobilization of
the Project;
e. Demobilization; and
f. Mobilization may not exceed 5 percent of the total Contract Price.
Measurement and Basis for Payment 01 29 01-1
Lexington Boulevard (Hopkins Road to Leopard Street), Project No. 18028A Rev 5/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
2. Unless indicated otherwise, Measurement for payment will be made per lump sum on
the following basis: When at least 5%of the adjusted contract amount for construction
is earned, 75% of the mobilization lump sum bid amount will be eligible for payment,
minus retainage. Upon substantial completion of all work under this Contract and
removal of all equipment and materials from the Project site,the remaining 25%of the
mobilization lump sum bid amount will be eligible for payment, minus retainage.
B. Bid Item A2—Bonds and Insurance (Maximum Allowance of 2%)
1. Payment shall include 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 forthis 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 bid amount or the
verifiable costs of Project specific bonds and insurance incurred by the Contractor.
C. Bid Item A11—Storm Water Pollution Prevention Plan (SWPPP) (Excluding Silt Fence)
1. Payment shall include but not be limited to furnishing and submitting the SWPPP to
TCEQ and Owner and updating the Plan during the Project as needed. All permits and
required fees related to the SWPPP will be included in this item.
2. Unless indicated otherwise, Measurement for payment will be made per lump sum on
the following basis: The initial pay application will include 50%of the lump sum bid
amount minus retainage. The balance will be paid according to the percent of
construction completion after 50%completion has occurred, minus retainage.
D. Bid Items Al2—Silt Fence (for SWPPP)
1. Payment shall include, but not be limited to, compensation for furnishing, installing,
maintaining, and removing silt fence and for all labor, materials, equipment, and
incidentals necessary to complete work.
2. Unless indicated otherwise in the Bid Form, SILT FENCE (FOR SWPPP) shall be
measured by linear foot.
E. Bid Items A3—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, OZONE ACTION DAYS shall be measured by each day.
F. Bid Items A6—Traffic Control Design by a Professional Engineer (All Phases)
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.
Measurement and Basis for Payment 01 29 01-2
Lexington Boulevard (Hopkins Road to Leopard Street), Project No. 18028A Rev 5/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
2. Unless indicated otherwise,Traffic Control Designed by a Professional Engineer shall be
measured by the lump sum.
G. Bid Items A7—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, flagmen,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,TRAFFIC CONTROL(MOBILIZATION, IMPLEMENTATION,
AND ADJUSTMENTS) shall be measured by each month.
H. Bid Items B6—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
stockpiling, loading, hauling, and delivery of materials; and for all labor, materials,
equipment, and incidentals necessary to complete the work.
2. Unless indicated otherwise in the Bid Form, CRUSHED LIMESTONE FLEXIBLE BASE
(TYPE A, GRADE 1-2) shall be measured by the square yard inch to the limits shown on
the plans.
I. Bid Items B9—Street Excavation
1. Payment shall include, but not be limited to, compensation for excavation of Asphalt,
Base and Subgrade to the proposed grade and for all labor, materials, equipment, and
incidentals necessary to complete work. The limits of the Street Excavation should
extend from lip of curb and gutter to lip of curb and gutter. All work required for
disposing, including hauling, will not be paid for directly but shall be considered
subsidiary to the various contract items.
2. Unless indicated otherwise, Street Excavation shall be measured by the square yard
for the limits shown on the plans.
J. Bid Items G24—Pavement Repair
1. Payment shall include, but not be limited to, compensation for removing and replacing
asphalt pavement; saw cutting, 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.
3. Unless indicated otherwise, Pavement Repair shall be measured by the square foot of
surface area removed to the limits shown on the plans.
K. Bid Items B20—Existing Driveway Demolition (Includes All Material Types)
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;
breaking asphalt;full depth saw cutting; loading, hauling and salvaging or disposing of
Measurement and Basis for Payment 01 29 01-3
Lexington Boulevard (Hopkins Road to Leopard Street), Project No. 18028A Rev 5/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
the material; and all labor, materials, equipment and incidentals necessary to
complete work.
2. Unless indicated otherwise, EXISTING DRIVEWAY DEMOLITION shall be measured by
the square foot to the limits shown on the plans.
L. Bid Items B22—Furnish and Install Roadside Traffic Sign and Sign Support Assembly
(Triangular Slipbase)
1. Payment shall include, but not limited to, compensation for furnishing; providing anti-
graffiti coating; fabricating; galvanizing; new regulatory,warning or guide signage 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. 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.
3. Unless indicated otherwise, Furnish and Install Roadside Traffic Sign and Sign Support
Assembly (Triangular Slipbase) shall be measured by each sign as shown on the plans.
M. Bid Items B23—Remove Roadside Sign, Support, and Assembly
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, REMOVE ROADSIDE SIGN, SUPPORT, AND ASSEMBLY shall
be measured by each sign support (pole) assembly removed as shown on the plans.
N. Bid Items B21—Remove, Replace, and Relocate 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, REMOVE, REPLACE,AND RELOCATE EXISTING MAILBOX
shall be measured by each mailbox removed and replaced as shown on the plans.
O. Bid Items A10—Seeding
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. 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, SEEDING shall be measured by the square yard to the
limits shown on the plans.
P. Bid Items D27—Remove Existing Grate Inlet
Measurement and Basis for Payment 01 29 01-4
Lexington Boulevard (Hopkins Road to Leopard Street), Project No. 18028A Rev 5/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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, REMOVE EXISTING GRATE INLET shall be measured by
each inlet removed to the limits shown on the plans.
Q. Bid Items D29—Remove Existing Storm Pipe
1. Payment shall include, but not be limited to, compensation for removing all reinforced
concrete pipe (ranging from 12-inch to 42-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, REMOVAL OF REINFORCED CONCRETE PIPE shall be
measured by the linear foot to the limits shown on the plans.
R. Bid Items D4 —Curb and 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;
full depth saw cutting; loading, hauling and salvaging or disposing of the material;
excavation and disposal of base and subgrade extending V behind the proposed curb
and gutter and all labor, materials, equipment and incidentals necessary to complete
work.
2. Unless indicated otherwise, CURB AND GUTTER DEMOLITION shall be measured by the
linear foot to the limits shown on the plans.
S. Bid Item B1/B2-F16, Waterline Reconnections
1. Payment shall include, but not be limited to excavation, furnishing and installing
valve\fitting\spool piece\pipe, restraints,thrust blocking, backfill and compaction,
location and protection of buried and overhead utilities, all labor, materials,
equipment, and incidentals required to complete the work.
2. Unless indicated otherwise, WATERLINE RECONNECTIONS will be measured by each
unit for each, as shown on the plans.
T. Bid Items F14—Remove and Disposal of Existing Waterline
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, Remove and Disposal of Existing A.C. Waterline, shall be
measured by the linear foot to the limits shown on the plans.
U. Bid Items F17—Fire Hydrant Assemblies
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, tee fitting at the waterline main valves, pipe,
hydrant, compaction, utility adjustments,final grading, and all labor,tools, equipment
and incidentals necessary to complete work.
Measurement and Basis for Payment 01 29 01-5
Lexington Boulevard (Hopkins Road to Leopard Street), Project No. 18028A Rev 5/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
2. Unless indicated otherwise in the Bid Form, Fire Hydrant Assembly, shall be measured
by each hydrant installed to the limits shown on the plans.
V. Bid Items F19—1" Water Service Reconnections (including adjusting existing meter and
meter box to grade)
1. Payment shall include, but not be limited to, compensation for furnishing and
installing all 1" pipe,waterline service saddle, corporation stop,valves,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, adjustment of meter and meter box; and all labor, materials,
equipment and incidentals necessary to provide service reconnection.
2. Payment shall include Pre-Set service line markers as shown in the plans.
3. Unless indicated otherwise, 1" Water Service Reconnections shall be measured by
each reconnection as shown on the plans.
W. Bid Item E4/E7, 10-12" PVC(SDR26 D2241)Wastewater Gravity Line
1. Payment shall include all labor, pipe, bedding, equipment for hauling, trench
excavation, and all cleaning up and other incidentals necessary to install the pipe
complete in place. Leakage, Low-Pressure Air and Deflection Testing shall be in
accordance with Specification 027602 and considered subsidiary to this bid item.
2. Unless indicated otherwise, 10-12" PVC(SDR26 D2241) Wastewater Gravity Line
measured by the linear foot, as shown on the plans.
X. Bid Item F5, Pipe Bursting Existing 10"VCP W/12" (HDPE) AND Existing 8" VCP W/10"
(HDPE)
1. Pipe for rehabilitation shall be measured and paid for by the linear foot, complete in
place. If the liner pipe is installed "through" manholes,the liner will be measured and
paid for based on the actual line distance between centers of upstream and
downstream manholes. Payment shall include all labor, pipe, equipment for hauling,
trench excavation, and all cleaning up and other incidentals necessary to install the
pipe complete in place. Leakage, Low-Pressure Air and Deflection Testing shall be in
accordance with Specification 027618 and considered subsidiary to this bid item.
2. Unless indicated otherwise, PIPE BURSTING EXISTING 10" VCP W/12" (HDPE) AND
EXISTING 8" VCP W/10" (HDPE) will be measured by the linear foot regardless of
depth, as shown on the plans.
Y. Bid Items C1—Exploratory Excavation Gas Line and Pipeline Locate
1. Payment shall include, but not be limited to, coordinate with the City of Corpus Christi
Gas Department to expose the line, removal of asphalt pavement above the areas of
the locate as required, hydro excavate or excavate above the line, record the
elevation of the top of the line, provide the elevation of the line to the design engineer
for review,traffic control,trenching,trench safety, 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 indicated otherwise, EXPLORATORY EXCAVATION GAS LINE AND PIPELINE
LOCATE will be measured by each, as shown on the plans.
Measurement and Basis for Payment 01 29 01-6
Lexington Boulevard (Hopkins Road to Leopard Street), Project No. 18028A Rev 5/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Z. Other Bid Items
1. The basis of measurement and payment for other Bid Items shall be as described in
the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01
BID FORM.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Measurement and Basis for Payment 01 29 01-7
Lexington Boulevard (Hopkins Road to Leopard Street), Project No. 18028A Rev 5/2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
0133 01 Submittal Register
021020 Site Clearing&Stripping None
021040 ISite Grading None
021080 Removing Abandoned Structures None
022020 Excavation&Backfill for Utilities None
022021 Control of Ground Water
022022 Trench Safety for Excavations None
022040 Street Excavation None
022080 Embankment None
022100 Select Material Record Data
022420 Silt Fence Record Data
025202 Sacrifying&Reshaping Bases Course None
025205 Pavement Repair,Curb,Gutter,Sidewalk,&Driveway None
Replacement
025223 Crushed Limestone Flexible Base Record Data
025404 Asphalts,Oils,&Emulsions Record Data
025412 Prime Coat Record Data
025414 Aggregate for Surface Treatment Record Data
025418 Surface Treatment Record Data
025424 Hot Mix Asphalt Concrete Pavement Record Data
025608 Inlets Shop Drawing
025610 Concrete Curb&Gutter None
025612 Concrete Sidewalk&Driveways None
025614 Concrete Curb Rams None
025620 Portland Cement Concrete Pavement Record Data
025802 Temporary Traffic Controls During Construction None
025805 Work Zone Pavement Markings Record Data
025807 Pavement Markings Paint&Thermoplastic) Record Data
025813 Preformed Thermoplastic Striping,Words&Emblems Record Data
025816 Raised Pavement Markers Record Data
025818 Reference Specifications-TX DOT DMS-4200 Pavement None
Markers Reflectorized
025828 Reference Specifications-TX DOT DMS-6130 None
Bituminous Adhesive for Pavement Markers
026201 Waterline Riser Assemblies None
026202 Hydrostatic Testing of Pressure Systems None
026204 Polyvinyl Chloride Pipe(ASTM D 2241 Pressure Pipe for Record Data
Wastewater Force Mains,Irrigation Systems and Water
Transmission Lin
026206 1 Ductile Iron Pipe&Fittings Record Data
026210 Polyvinyl Chloride Pipe(AWWA C900&C905 Pressure Record Data
Pipe for Municipal Water Mains&Wastewater Force
Mains
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
026416 Fire Hydrants Record Data
027202 Manholes Shop Drawing
027205 Fiberglass Manholes Shop Drawing
027402 Reinforced Concrete Pipe Culverts Shop Drawing
027602 Gravity Wastewater Lines Record Data
027604 Disposal of Wastewater Cleaning Operations None
027611 Cleaning&Televised Inspection of Conduits None
027618 Wastewater Line Rehabilitation/Pipebursting Record Data
028040 Sodding None
028200 Mailbox Relocation None
028300 Fence Relocation I I None
Submittal Register 01 33 01-1
N.Lexington Blvd.(Hopkins Rd.to Leopard St.) 10/2018
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
030020 Portland Cement Concrete Record Data
032020 Reinforcing Steel Record Data
037040 Epoxy Compounds 5-44 Record Data
038000 Concrete Structures Sho Drawin
055420 Frames Grates Rings&Covers Shop Drawing
T CitV Specifications for Traffic Sign Blanks Sho Drawin
T TXDOT Lime Treatment Road-Mixed Record Data
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
01 50 00 TEMPORARY FACILITIES AND CONTROLS
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide temporary facilities, including OPT's field office and the Contractor's field offices,
storage sheds, and temporary utilities needed to complete the Work.
B. Install and maintain temporary Project identification signs. Provide temporary on-site
informational signs to identify key elements of the construction facilities. Do not allow
other signs to be displayed.
1.02 QUALITY ASSURANCE
A. Provide a total electrical heating and cooling system for the OPT's field office capable of
maintaining the following conditions:
1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient.
2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient.
3. Relative humidity: 48 to 54 percent.
B. Inspect and test each service before placing temporary utilities in use. Arrange for all
required inspections and tests by regulatory agencies, and obtain required certifications
and permits for use.
1.03 DELIVERY AND STORAGE
A. Arrange transportation, loading, and handling of temporary buildings and sheds.
1.04 JOB CONDITIONS
A. Locate buildings and sheds at the Site as indicated or as approved by the OPT.
B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing
needed to clear a space adequate for the structures.
C. Pay for the utilities used by temporary facilities during construction.
D. Provide each temporary service and facility ready for use at each location when the service
or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field
office complete and ready for occupancy and use within 7 days of the Notice to Proceed.
E. Maintain, expand as required, and modify temporary services and facilities as needed
throughout the progress of the Work.
F. Remove services and facilities when approved by the OAR.
G. Operate temporary facilities in a safe and efficient manner.
1. Restrict loads on temporary services or facilities to within their designed or designated
capacities.
2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from
developing or existing at the Site.
Temporary Facilities and Controls 015000-1
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
Temporary Facilities and Controls 015000-2
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
Temporary Facilities and Controls 015000-3
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
C. Provide portable flood lights at any time that Work will be performed outside the structure
at night. Provide adequate lighting at any location Work is being performed.
3.04 DRINKING WATER
A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if
bottled drinking water is provided.
B. Pay for water services and maintain daily.
3.05 CONSTRUCTION FENCE
A. Install and maintain a construction fence around the Site and off-site storage yards. Fence
must be a minimum 6 feet high chain link construction unless shown otherwise. Provide
gates with padlocks.
3.06 REMOVAL OF TEMPORARY FACILITIES
A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and
restore the Site to original condition or finished in accordance with the Drawings.
B. Remove informational signs upon completion of construction.
C. Remove Project identification signs, framing, supports, and foundations upon completion
of the Project.
3.07 MAINTENANCE AND JANITORIAL SERVICE
A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or
as requested. Empty trash receptacles daily or as needed.
B. Maintain signs and supports in a neat, clean condition. Repair damage to structures,
framings, or signs.
C. Repair any damage to Work caused by placement or removal of temporary signage.
D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment
throughout the Project as required by the OPT including replacement cartridges for all
office equipment.
END OF SECTION
Temporary Facilities and Controls 015000-4
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
01 57 00 TEMPORARY CONTROLS
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide labor, materials, equipment, and incidentals necessary to construct temporary
facilities to provide and maintain control over environmental conditions at the Site. Remove
temporary facilities when no longer needed.
B. Construct temporary impounding works, channels, diversions, furnishing and operation of
pumps, installing piping and fittings, and other construction for control of conditions at the
Site. Remove temporary controls at the end of the Project.
C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant
Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater
discharges from construction activities as applicable to the nature and size of the Project.
Comply with all requirements of the Texas Commission on Environmental Quality(TCEQ)and
Laws and Regulations. File required legal notices and obtain required permits prior to
beginning any construction activity.
D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater
pollution for the duration of the Project. Provide and maintain erosion and sediment control
structures as required to preventive sediment and other pollutants from the Site from
entering any stormwater system including open channels. Remove pollution control
structures when no longer required to prevent stormwater pollution.
1.02 QUALITY ASSURANCE
A. Construct and maintain temporary controls with adequate workmanship using durable
materials to provide effective environmental management systems meeting the
requirements of the Contract Documents and Laws and Regulations. Use materials that
require minimal maintenance to prevent disruption of construction activities while providing
adequate protection of the environment.
B. Periodically inspect systems to determine that they are meeting the requirements of the
Contract Documents.
1.03 DOCUMENT SUBMITTAL
A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with
Article 25 of SECTION 00 72 00 GENERAL CONDITIONS.
B. Provide copies of notices, records, and reports required by the Contract Documents or Laws
and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL
CONDITIONS.
1.04 STANDARDS
A. Provide a SWPPP that complies with all requirements of TPDES General Permit No.
TXR150000 and any other applicable Laws and Regulations.
Temporary Controls 015700-1
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter
14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other
applicable Laws and Regulations.
1.05 PERMITS
A. As applicable, submit the following to the TCEQ and the Operator of any Municipal Separate
Storm Sewer System (MS4) receiving stormwater discharges from the Site:
1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity.
Construction activity may commence 24 hours after the submittal of an electronic NOI.
2. Notice of Change (NOC) letter when relevant facts or incorrect information was
submitted in the NOI, or if relevant information in the NOI changes during the course of
construction activity.
3. Notice of Termination (NOT) when the construction Project has been completed and
stabilized.
B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the
general public and as required by Laws and Regulations prior to starting construction
activities and maintain the posting until completion of the construction activities.
C. Maintain copies of a schedule of major construction activities, inspection reports, and
revision documentation with the SWPPP.
1.06 STORMWATER POLLUTION CONTROL
A. Comply with the current requirements of TPDES General Permit No.TXR150000 as set forth
by the TCEQ for the duration of the Project as applicable to the nature of the work and the
total disturbed area:
1. Develop a SWPPP meeting all requirements of the TPDES General Permit.
2. Submit of a Notice of Intent to the TCEQ.
3. Develop and implement appropriate Best Management Practices as established by local
agencies of jurisdiction.
4. Provide all monitoring and/or sampling required for reporting to the TCEQ.
5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit.
6. Submit copies of the reports to the Designer as Record Data in accordance with Article
26 of SECTION 00 72 00 GENERAL CONDITIONS.
7. Retain copies of these documents at the Site at all times for review and inspection by
the OPT or regulatory agencies. Post a copy of the permit as required by Laws and
Regulations.
8. Assume sole responsibility for implementing, updating, and modifying the TPDES
General Permit per Laws and Regulations for the SWPPP and Best Management
Practices.
B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at
least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the
Temporary Controls 015700-2
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
Temporary Controls 015700-3
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
uncontaminated area. Dispose of wash water used to wash such equipment as
contaminated water.
1.08 EARTH CONTROL
A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of
generation. Control stockpiled materials to eliminate interference with Contractor and
Owner's operations.
B. Dispose of excess earth off the Site. Provide written approval from the property owner for
soils deposited on private property. Obtain approval of the Owner if this disposal impacts
the use of Site or other easements.
1.09 OZONE ADVISORY DAYS
A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days
the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of
time will be allowed for each day for which priming or hot mix paving was scheduled, crews
were prepared to perform this Work and the City Engineer issued ozone alert prevents this
Work. Contractor will be compensated at the unit price indicated in the Bid for each day for
which an extension of time was granted due to an ozone alert.
1.10 MANAGEMENT OF WATER
A. Manage water resulting from rains or ground water at the Site. Maintain trenches and
excavations free of water at all times.
B. Lower the water table in the construction area by acceptable means if necessary to maintain
a dry and workable condition at all times. Provide drains, sumps, casings, well points, and
other water control devices as necessary to remove excess water.
C. Provide continuous operation of water management actions. Maintain standby equipment
to provide proper and continuous operation for water management.
D. Ensure that water drainage does not damage adjacent property. Divert water into the same
natural watercourse in which its headwaters are located, or other natural stream or
waterway as approved by the Owner. Assume responsibility for the discharge of water from
the Site.
E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR
and to match surrounding material at the conclusion of the Work.
1.11 DEWATERING
A. This item is considered subsidiary for all dewatering methods other than "well pointing" to
the appropriate bid items as described in the Bid Form where dewatering is needed to keep
the excavation dry, as approved by the Designer, and shall include all costs to provide a dry
foundation for the proposed improvements.
B. Storm water that enters an excavation can be pumped out as long as care is taken to
minimize solids and mud entering the pump suction and flow is pumped to a location that
allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet.
Temporary Controls 015700-4
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
C. An alternative to sheet flow is to pump storm water to an area where ponding occurs
naturally without leaving the designated work area or by a manmade berm(s) prior to
entering the storm water system. Sheet flow and ponding is to allow solids screening and/or
settling prior to entering a storm water conduit or inlet.
D. Storm water or groundwater shall not be discharged to private property without permission.
It is the intent that Contractor discharges groundwater primarily into the existing storm
water system, provided that the quality of groundwater is equal to or better than the
receiving stream,the [Oso Creek].
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
A. An allowance will be included in the Bid for the unanticipated disposal of contaminated
groundwater. This allowance may not be needed but is provided in case contaminated
groundwater is encountered during the course of the Project and does not meet the water
quality requirements for discharge into the storm water or wastewater systems. This
allowance includes all materials, tools, equipment, labor, transportation, hauling,
coordination, and proper disposal of the contaminated water at an approved landfill, deep
water injection well, or other site as agreed to by the Designer. Suggested disposal facilities
would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi,
Texas].
B. The payment for this Work will be based on the Contractor's actual costs and will be
negotiated. Payment will not include costs associated with routine dewatering, which is
considered subsidiary to the appropriate bid items as described in Paragraph 1.11.
1.13 DISPOSAL OF HIGHLY CHLORINATED WATER
A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's
requirements and Laws and Regulation regarding the disposal of contaminated water,
including water with levels of chlorine,which exceed the permissible limits for discharge into
wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory
Temporary Controls 015700-5
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
agencies in the disposal of all water used in the Project. Include a description and details for
disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do
not use the Owner's 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]
[Owner] shall be responsible for contracting with a licensed structural engineer in the State
of Texas to perform all inspections and provide documentation for windstorm certification
to the Texas Board of Insurance. The Contractor shall be responsible for providing all
necessary design/assembly documentation for all new windows, doors, louvers, etc. to the
windstorm engineer/inspectors required to conform with the requirements of the Texas
Department of Insurance.
2.00 PRODUCTS
2.01 MATERIALS
A. Provide materials that comply with Laws and Regulations.
3.00 EXECUTION
3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS
A. Construct temporary controls in accordance with Laws and Regulations.
B. Maintain controls in accordance with regulatory requirements where applicable, or in
accordance with the requirements of the Contract Documents.
C. Remove temporary controls when no longer required, but before the Project is complete.
Correct any damage or pollution that occurs as the result of removing controls while they are
still required.
END OF SECTION
Temporary Controls 015700-6
N. Lexington Blvd. (Hopkins Rd.to Leopard St.) Project No. 18028A Rev 8/2019
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(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 stone 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 022021
CONTROL OF GROUND WATER
1. GENERAL
1.1 SECTION INCLUDES
A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural
excavations, and foundation beds in a stable condition, and controlling ground water conditions
for tunnel excavations.
B. Protection of excavations and trenches from surface runoff.
C. Disposing of removed ground water by approved methods.
1.2 REFERENCES
A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate
Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12-inch (304.8 min) 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 stone 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
Ground Receiving
Water Water
Monitoring Monitoring Maximum
Parameter Frequency Frequency Limitation
Total Dissolved Once Prior to
Solids (TDS) Initial +Weekly Discharge <Receiving Water
Total Suspended Once Prior to
Solids (TSS) Initial+Weekly Discharge <Receiving Water
Total Petroleum
Hydrocarbons Initial +Weekly 15 m /L
Total Lead Initial +Weekly 0.1 m /L
Benzene Initial +Weekly 0.005 mg/L
Total BTEX Initial +Weekly 0.1 m /L
Polynuclear
Aromatic
Hydrocarbons Initial +Monthly 0.01 m /L
3. Analyze Ground Water for Hydrocarbon Contamination.
All other parameters listed on the Ground Water Discharge Limits table must be analyzed
prior to ground water discharge to the storm water system. If no limits are exceeded,
ground water discharge to the storm water system may be authorized following notification
to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the
project are in place. Analytical results shall be on-site or readily available for review by
local, state or federal inspectors. Note that this step is frequently done simultaneously with
Step 2 above to shorten analytical processing time.
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 hwnus, 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+I% deviation
from the required moisture or density requirement. Irregularities exceeding %2 inch in 16 feet shall
be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and
compacted (especially at utility trenches). The correct moisture density relationship shall be
maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by
sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or
cause, lose the required stability, density, or moisture before it is protected by placement of the next
layer, it shall be re-compacted and refinished and retested at the expense of the Contractor until
acceptable to the City.
022040
Page 1 of 3
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(C) Curb Backfill and Topsoil (Sidewalks, Parkway,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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Forin, 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 022060
CHANNEL EXCAVATION
1. DESCRIPTION
This specification shall govern all work for Channel Excavation required to complete the project.
2. CONSTRUCTION METHODS
Trees, stumps, brush and other vegetation shall be removed and hauled away. Excavated slopes
shall be finished in conformance with the lines and grades established by the Engineer. When
completed, the average plane of slopes shall conform to the slopes indicated on the drawings, and
no point on completed slopes shall vary from the designated slopes by more than 0.5 foot measured
at right angles to the slope. In no case shall any portion of the slope encroach on the roadbed. The
tops of excavated slopes and the end of excavation shall be rounded. The bottom and sides of the
ditch or channel shall be undercut a minimum depth sufficient to accommodate topsoil for seeding,
sodding, or slope protection, as indicated on the drawings.
All suitable materials removed from the excavation shall be used, insofar as practicable, in the
forination of embankments in accordance with City Standard Specification Section 022080
"Embankment", or shall be otherwise utilized or satisfactorily disposed of as indicated on drawings,
or as directed, and the completed work shall conform to the established alignment, grades and cross
sections. During construction, the channel shall be kept drained, insofar as practicable, and the
work shall be prosecuted in a neat workmanlike manner.
Unsuitable channel excavation in excess of that needed for construction shall become the property
of the Contractor and removed from the site and properly disposed of.
3. SELECTION OF MATERIALS
Where shown on the drawings, selected materials shall be utilized in the formation of embankment
or to improve the roadbed, provided that the material meets the requirements specified in City
Standard Specification Sections 022040 "Street Excavation" and 022100 "Select Material", in
which case the work shall be performed in such manner and sequence that suitable materials may
be selected, removed separately and deposited in the roadway within the limits and at elevations
required. Concrete for lining channels, where specified on the drawings, shall be Class "A" in
accordance with City Standard Specification Section 030020 "Portland Cement Concrete".
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, channel excavation shall be measured in its original
position and the volume computed in cubic yards by the method of average end areas, or by linear
foot of channel or drainage ditch, as specified. Channel excavation shall include,but not be limited
to, clearing and removal of vegetation, excavation, de-watering, embankment, compaction, hauling,
and disposal. Channel excavation shall not include undercutting to accommodate topsoil, sod, or
slope protection. Payment shall be at the bid price for the unit of measurement specified and shall
be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary
to complete the work.
022060
Page 1 of 1
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 inunediately 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 unifonnly 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.
Tyne 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 025202
SCARIFYING AND RESHAPING BASE COURSE
1. DESCRIPTION
"Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base
course (with or without asphalt surface)to the line, grade and section as indicated on the drawings.
2. CONSTRUCTION METHODS
The existing base and surface shall be scarified to the width and depth indicated on the drawings.
Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt
surfacing shall be broken into particles no larger than 2 1/2 inches. The asphalt surfacing shall then
be uniformly mixed with the existing base. Additional base material, where required to achieve the
lines and grades shown on the drawings, shall also be added to and uniformly mixed with the
existing scarified base material. If indicated on the drawings, geogrid shall be installed in the
pavement section.
The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before
final compaction. Moisture content shall be maintained in the material during the 48-hour period.
Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in
layers (10-inch maximum loose depth) to a minimum density of 98% Modified Proctor density
(AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use
mechanical tamps in areas inaccessible to rollers.
Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and
section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section,
and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or
removing material, reshaping, and re-compacting by sprinkling and rolling. Moisture content shall
be maintained on the wet side of optimum(+3%maximum)until paving is complete.
If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied
and the treated base mixed, cured, compacted and finished in accordance with City Standard
Specification Section 025210 "Lime Stabilization."
3. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be
measured and paid for separately,but shall be subsidiary to other work.
025202
Page 1 of 1
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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."
025205
Page 1 of 4
Rev.11-9-2016
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 hark. For jointed concrete roadways,the
joints in curb or in curb and gutter should match the concrete roadway joints.
025205
Page 2 of 4
Rev.11-9-2016
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS
On streets or roads without curb and gutter where a shoulder is disturbed,it shall be restored to like
or better condition. The shoulder surface shall be rolled to an acceptably stable condition. The
requirements of City Ordinance 030040 as stated above apply also to unimproved streets unless a
specific variance is granted by the Director of Development Services.
10. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form,pavement repair shall be measured by the square yard of
the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and
sidewalk and driveway replacement shall each be measured by the square foot. Payment will be
made at the unit price bid for the completed work and shall be full compensation for all labor,
materials,equipment,tools,and incidentals required to complete the work. No separate measurement
or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill,
cement-stabilized sand backfill, flexible base,prime coat,hot-mix asphaltic concrete, etc.
025205
Page 3 of 4
Rev.11-9-2016
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
THIS PAGE INTENTIONALLY LEFT BLANK
025205
Page 4 of 4
Rev.11-9-2016
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.9-2-2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
4. CONSTRUCTION METHODS
General - It is the primary requirement of this specification to secure a completed course of treated
material containing a uniform time 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.
Mixin - 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. After mixing, the Engineer may sample the mixture at roadway
moisture and test in accordance with TxDOT Tex-101-E (Part III) — Preparation of Soil
and Flexible Base Material for Testing, to determine compliance with the gradation
requirements in Table 1.
025210
Page 2 of 4
Rev.9-2-2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Table 1
Gradation Re uirements (Minimum % Passing)
Sieve Size Base Sub rade
1-3/4" 100 100
3/4" 85 85
#4 — 60
Old bituminous wearing surface shall be pulverized so that 100%will pass a 2 '/z" 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.9-2-2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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.9-2-2020
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(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+I% 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 reprinting 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 025412
PRIME COAT
1. DESCRIPTION
This specification shall consist of an application of asphalt material on the completed base course
and/or other approved area in accordance with this specification.
Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be
applied when the air temperature is above 50°F and is rising; the air temperature being taken in the
shade and away from artificial heat. Asphalt material shall not be placed when general weather
conditions, in the opinion of the Engineer, are not suitable.
2. MATERIALS
The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE-
P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory
methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils
and Emulsions". Blotter material shall be native sand.
3. CONSTRUCTION METHODS
When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat,
the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other
approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with
water just prior to application of the asphalt material. The asphalt material shall be applied on the
clean surface by an approved type of self-propelled pressure distributor so operated as to distribute
the material in the quantity specified, evenly and smoothly under a pressure necessary for proper
distribution. The Contractor shall provide all necessary facilities for determining the temperature of
the asphalt material in all of the heating equipment and in the distributor, for determining the rate at
which it is applied, and for securing uniformity at the junction of two distributor loads.
All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt
material shall be kept clean and in good operating condition at all times, and they shall be operated
in such manner that there will be no contamination of the asphalt material with foreign material. It
shall be the responsibility of the Contractor to provide and maintain in good working order a
recording thermometer at the storage-heating unit at all times. The distributor shall have been
recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such
calibration. After beginning of the work, should the yield on the asphalt material applied appear to
be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before
proceeding with the work.
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Forin, 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 025416
SEAL COAT
1. DESCRIPTION
This specification shall consist of a surface treatment composed of a single or multiple application
of asphalt covered with aggregate for the sealing of existing pavements in accordance with this
specification.
Seal coats shall not be applied when the air temperature is below 60°F and falling, but may be
applied when the air temperature is above 50°F and rising; the air temperature being taken in the
shade and away from artificial heat. Asphaltic material shall not be placed when general weather
conditions, in the opinion of the Engineer, are not suitable.
2. MATERIALS
(1) Asphaltic Materials. The asphaltic material used shall be AC-5 (AC-3 in winter) or other
approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils
and Emulsions",whichever is called for on the plans.
(2) Aggregate.
Single Course- The aggregate used shall be Type PA (pre-coated aggregate), Grade 5 (1/2"
maximum size), as described in specification Section 025414 "Aggregate For Surface
Treatment".
Multiple Course - The aggregate used for multiple course seal coat shall be the same as for
single course, except Grade 4 (5/8" maximum size) aggregate will be required for the first
course, and Grade 5 (1/2" maximum size) aggregate will be required for the second and
third(surface) courses, as shown in the plans and specifications.
3. CONSTRUCTION METHODS
The area to be treated shall be cleaned of dirt, dust or other deleterious matter by sweeping or other
approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled
with water just prior to the application of asphaltic material. Asphaltic material shall be applied on
the cleaned surface by an approved type of self-propelled pressure distributor, so operated as to
distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for
proper distribution. The Contractor shall provide all necessary facilities for determining the
temperature of the asphaltic material in all of the heating equipment and in the distributor, for
determining the rate at which it is applied, and for securing uniformity at the junction of two
distributor loads. The distributor shall have been recently calibrated and the Engineer shall be
furnished an accurate and satisfactory record of such calibration. After beginning the work, should
the yield on the asphaltic material appear to be in error, the distributor shall be calibrated in a
manner satisfactory to the Engineer before proceeding with the work.
025416
Page 1 of 2
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Asphaltic material may be applied for the full width of the seal coat in one application unless the
width exceeds 26 feet. Asphaltic material shall not be applied until immediate covering with
aggregate is assured. Immediately after the application of asphalt, the aggregate shall be evenly
spread over the surface. Mechanical spreading devices shall be of a type approved by the Engineer.
The cover material must be evenly and accurately distributed to the end that an even and smooth
surface is obtained. Immediately after the aggregate has been applied, the surface shall be
adequately raked and broomed to insure uniformity. As soon as proper distribution of aggregate
can be obtained, the surface shall be flat-rolled with a roller having a gross weight of not less than
four (4) tons and not more than ten (10) tons. The Contractor shall so arrange his work that the
rolling of all aggregate applied that day shall be completed on the road before daylight. The asphalt
and aggregate shall be applied at the approximate rate indicated on plans within the limits of the
following schedule or as directed by the Engineer.
Gallons of Asphalt Aggre agate
Per Square Yard Cu.Yd. to Sq.Yd.
Min. Max. Min. Max.
Asphalt Cement.. ....................0.15 0.30 1:200 1:100
The Contractor shall be responsible for the maintenance of the surface until the work is accepted by
the Engineer. All holes or failures in the seal coat surface shall be repaired by use of additional
asphalt and aggregate, and all fat or bleeding surfaces shall be covered with approved cover
material in such manner that the asphaltic material will not adhere to or be picked up on the wheels
of vehicles.
All storage tanks,piping, retorts,booster tanks and distributors used in storing or handling asphaltic
material shall be kept clean and in good operating condition at all times, and they shall be operated
in such manner that there will be no contamination of the asphalt with foreign material. It shall be
the responsibility of the Contractor to provide and maintain in good working order a recording
thermometer at the storage heating unit at all times.
The temperature of application shall be within the limits recommended in City Standard
Specification Section 025404 "Asphalts, Oil and Emulsions", with that being 220 to 300 degrees F
for AC-3, and 275 to 350 degrees F for AC-5.
4. MEASUREMENT AND PAYMENT
Unless otherwise indicated in the Bid Forin, seal coat will be measured by the square yard in place
to the limits shown on the plans and as directed by the Engineer.
Payment shall be full compensation for cleaning and sprinkling the existing surface; for furnishing,
preparing, hauling and placing all materials; for all freight involved; and for all manipulations,
labor,tools, equipment and incidentals necessary to complete the work.
025416
Page 2 of 2
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 PE pre-coated natural limestone rock asphalt as
prescribed in City Standard Specification Section 025414 "Aggregate for Surface
Treatment", graded as shown below.
One-Course: Grade 4
Two-Course: Grade 4—2nd course (top)
Grade 3— Is'course (bottom)
Three-Course: Grade 4—3r1 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
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 deterinining the temperature of asphalt material in all of the heating
equipment and in the distributor, for determining the rate at which it is applied, and for securing
uniformity at the junction of two distributor loads. The distributor shall have been recently
calibrated and the Engineer shall be furnished an accurate and satisfactory record of such
calibration. After beginning the work, should the yield on the asphalt material appear to be in error,
the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with
the work.
Asphalt material may be applied for the full width of the surface treatment in one application,
unless the width exceeds 26 feet. No traffic or hauling will be permitted over the freshly applied
asphalt material. Asphalt material shall not be applied until immediate covering is assured.
Aggregate shall be immediately and uniformly applied and spread by an approved self-propelled
continuous feed aggregate spreader, unless otherwise shown on the plans or authorized by the
Engineer in writing.
Surface treatment shall not be applied when the air temperature is below 60° F and is falling, but it
may be applied when the air temperature is above 50° F and is rising, the air temperature being
taken in the shade and away from artificial heat. Asphalt material shall not be placed when general
weather conditions, in the opinion of the Engineer, are not suitable.
The rates of application of the aggregate and asphalt shall be as follows or as otherwise specified:
1 st Course 2nd Course 3rd Course
Asphalt Cement 0.20 gal/sq.yd. 0.16 gal/sq.yd. 0.16 gal/sq.yd.
Aggregate 80 sq.yd./cu.yd. 100 sq.yd./cu.yd. 100 sq.yd./cu.yd.
The entire surface shall be broomed, bladed or raked and thoroughly rolled as required by the
Engineer.
Where multiple courses are specified, each course shall be applied in the manner specified for one
course surface treatment.
The Contractor shall be responsible for the maintenance of the surfaces until the Engineer accepts
the work.
All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt
materials shall be kept clean and in good operating condition at all times, and they shall be operated
in such manner that there will be no contamination of the asphalt materials with foreign material. It
025418
Page 2 of 3
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. Agars e-ante. 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
2.1.3 Filler shall consist of dry stone dust,Portland cement,hydrated lime, or other
mineral dust approved by the Engineer.
Grading of filler shall be as follows:
Sieve Size Minimum Percent Passing by Weight
No. 30 95
No. 80 75
No. 200 55
2.2. Reclaimed Asphalt Pavement(RAP). Reclaimed asphalt pavement maybe incorporated
into the hot mix asphalt concrete furnished for the project, provided that the mixture is
designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item
340 and this specification.
2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section
025404 "Asphalt, Oils and Emulsions" and AASHTO.
2.3.1. Paving Mixture:
APPLICATION ASPHALT GRADE
Residential or low volume PG 64-22
Collector
Surface Course 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 j ob-mix will be durable
025424
Page 2 of 8
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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):
Type
Sieve A B C D
Size
Course Fine Course Fine
Base Base Surface Surface
1-1/2" 100
1-1/4" 95-100
1" 100
7/8" 70-90 95-100 100
5/8" 75-95 95-100
1/2" 50-70 100
3/8" 60-80 70-85 85-100
1/4"
No. 4 30-50 40-60 43-63 50-70
No. 10 20-34 27-40 30-40 32-42
No. 40 5-20 10-25 10-25 11-26
No. 80 2-12 3-13 3-13 4-14
No. 200 1-6* 1-6* 1-6* 1-6*
VMA
minimum 11 12 13 14
025424
Page 3 of 8
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
* 2-8 when TxDOT Test Method Tex-200-F,Part 11(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
I" 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. MixingPlants. 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. LUdown 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Heatingof f 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-mi
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 j o� b-mix
by more than the tolerances and restrictions herein specified. The mixture when
discharged from the plant shall have a moisture content not greater than one percent
by weight of total mix when determined by TxDOT Test Method TEX-212-F.
5.4.4. The mixture produced from each type of plant shall be at a temperature
between 250 and 325 degrees F. After a target mixing temperature has been
established, the mixture when discharged from the mixer shall not vary from this
temperature by more than 25 degrees F.
6. CONSTRUCTION METHODS
6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt
material may be placed with a laydown machine when the air temperature is 40 degrees F and
025424
Page 5 of 8
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Fonn, 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 j ointing 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 conforining to ASTM
Designation: C150, modified as follows:
Unless otherwise specified by the Engineer, the specific surface area of Type I and 11
cements shall not exceed 2000 square centimeters per gram(Wagner Turbidimeter—
TxDOT Test Method Tex-310-D). The Contractor shall furnish the Engineer with a
statement as to the specific surface area of the cement, expressed in square
centimeters per gram, for each shipment.
For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or
compressive (cylinder)tests as required in the drawings.
Either Type I or 11 cement shall be used unless Type 11 is specified on the plans. Except when Type
11 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 3of5
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Stren h Stren h Ratio A ue�Tate
P* 450 psi(7 days) 3200 psi(7 days) 5.6 gal./sack No.2(1%')
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 5of5
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
24* t ...... A.. � ..A. ....w
IW I
VANDARIN GARDIN
------------
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Forin, 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 3of3
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 025805
WORK ZONE PAVEMENT MARKINGS
I. SCOPE. This specification covers the placement, maintenance and removal of work zone
pavement markings, which are temporary pavement markings to be placed on roadways that
are open to traffic during various work phases, as required to complete the project.
2. GENERAL REQUIREMENTS. The pavement marking material shall consist of an
adhesive-backed reflective tape that can be applied to the pavement, Markings are to be 3M
Staymark or approved equal. Markings shall be of good appearance, have straight,
unbroken edges and have a color that complies with all FHWA regulations.
3. DIMENSIONS. Pavement markings shall be minimum of 3-7/8 inches wide. Lengths and
spacing will be as specified.
4. COLOR. The markings, as well as retroreflected light from the markings, shall be white or
yellow as called for on the drawings.
5. VISIBILITY. When in place, the pavement markings (during daylight hours) shall be
distinctively visible for a minimum of 300 feet.
When in place, the pavement markings (when illuminated by automobile low-beam
headlights at night) shall be distinctively visible for a minimum of 160 feet.
The above day and night visibility requirements shall be met when viewed from an
automobile traveling on the roadway.
6. PLACEMENTS AND MAINTENANCE. At sunrise and sunset of each day and before
each phase change, work zone pavement markings meeting all specification requirements
shall be in place on all roadways on which traffic is allowed and where suitable permanent
pavement markings are not in place. The transverse location of the line(s) formed by the
markings shall be as determined by the Engineer.
Unless otherwise shown on the drawings, work zone markings shall be placed as follows:
Condition S acin Length of Stripe
Straight 80 feet (approximate) 24 inches
Curve<2 80 feet(maximum) 24 inches
Curve>2 40 feet(maximum) 24 inches
The spacing of stripes may be modified by the Engineer. However, the maximum spacing
specified above shall not be exceeded in any case.
025805
Page 1 of 2
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
The Contractor will be responsible for maintaining the work zone pavement markings for a
maximum period of two weeks. If, however, the Contractor is also responsible for placing
the standard pavement markings, the Contractor will be responsible for maintaining the
work zone pavement markings until permanent pavement markings are in place.
7. REMOVAL. Where removal is required, it will be accomplished in accordance with
instructions of the Engineer or as called for on the drawings.
8. MEASUREMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work
zone pavement markings shall not be measured and paid for separately, but shall be
considered subsidiary to the appropriate bid item.
025805
Page 2 of 2
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
thennoplastic.
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
then-noplastic, the existing surface shall be dry and entirely free from old pavement
markings and markers, dirt, grease, oil, acids, laitance, or other foreign matter which
could reduce the bond between the marking and the pavement. The surface shall be
thoroughly cleaned by sweeping and blowing as required to remove all dirt, laitance
and loose materials. Areas that cannot be satisfactorily cleaned by brooming and
blowing shall be scrubbed as directed with a water solution of trisodium phosphate
(10% Na3PO4 by weight) or an approved equal solution. After scrubbing, the
solution shall be rinsed off and the surface dried prior to marking.
3.4 Layouts and Ali mng gents - 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED)
DMS - 4200
PAVEMENT MARKERS (REFLECTORIZED)
EFFECTIVE DATE:JANUARY 2010
4200.1. Description. This Specification governs for the pre-qualification, testing, and field
evaluation requirements for reflectorized pavement markers (RPMs).
4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard
and may not be exact mathematical conversions. Use each system of units separately. Combining
values from the two systems may result in nonconformance with the standard.
4200.3. Material Producer List. The Materials and Pavements Section of the Construction
Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to
the requirements of this specification. Materials appearing on the MPL, entitled "Jiggle 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/1\4&P and in effect at the time of testing and will be billed directly to the
Contractor or supplier.
TEXAS DEPARTMENT OF TRANSPORTATION 1-7 EFFECTIVE DATE:JANUARY 2010
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED)
A. Pre-Qualification Request. Prospective suppliers interested in submitting their product
for evaluation must submit a written request to the Texas Department of Transportation,
Construction Division, Materials & Pavements Section (CP51), 125 East 11th Street,
Austin, TX 78701-2483.
Include the following items with the request:
• Name and contact information, including email address for the person who will be the
primary contact during the qualification process;
• Laboratory test results, from the manufacturer's lab or an independent test laboratory,
showing actual test results that meet the requirements of ASTM D 4280;
• Product data sheets;
• List of locations and applications dates where the product is being evaluated or is in
current use; and
• Test results from the National Transportation Product Evaluation Program(NTPEP),
if available.
B. Laboratory Testing. Provide CST/M&P with 350 RPMs of each color and type for
laboratory and field testing. Submit materials for laboratory testing and field evaluations at
no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a
tentative completion date for laboratory testing. CST/M&P will test RPMs in accordance
with Article 4200.6 and will send notification of results once laboratory testing is
complete.
If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the
requirements of this specification, evaluation will cease, and RPMs will not be qualified.
Suppliers may resubmit materials for qualification after providing documentation
identifying the cause and corrective action taken.
C. Field Testing. Upon satisfactory completion of laboratory testing, CST/M&P will specify
the location of one or more roadways selected for the 12-month field test and suggested
application dates. The roadways will include:
• a concrete surface,
• a hot-mix asphalt surface, and
• a Grade 3 sealcoat.
The concrete and asphalt roadways will be full-access controlled freeways with a
minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20%
average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The
Grade 3 road test will be conducted on a four-lane divided highway with a minimum ADT
count of 4,000 vehicles per lane, a minimum of 20% average daily truck traffic volume,
and a minimum posted speed limit of 50 mph.
Providing NTPEP test results meeting the requirements of this specification may replace
the concrete and hot-mix asphalt field tests on a deck for 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
TEXAS DEPARTMENT OF TRANSPORTATION 2-7 EFFECTIVE DATE:JANUARY 2010
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED)
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.
TEXAS DEPARTMENT OF TRANSPORTATION 3-7 EFFECTIVE DATE:JANUARY 2010
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORizED)
b. Body Damage. The test RPMs must not exhibit discoloration or body damage
exceeding that of the control RPMs. They must not exhibit a repetitive form of
damage or mode of failure (indicative of a design flaw) in a large percentage of the
test RPMs. Body damage will be visually assessed according to NTPEP criteria.
c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot
spacing must be functional when viewed at night from a vehicle using the low beam
headlight setting. They must be functional when viewed at a minimum distance of
approximately 400 ft. in the daytime. A functional marker is both visible and
conspicuous.
d. Retroreflectivity. CST/M&P will remove twenty test RPMs from the pavement to
undergo laboratory testing for retroreflectivity in accordance with Tex-842-B.
Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown
in Table 1 (measured at 0.2° observation angle and 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.
TEXAS DEPARTMENT OF TRANSPORTATION 4-7 EFFECTIVE DATE:JANUARY 2010
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED)
2. Failure. CST/M&P will revoke provisional qualification for RPMs that do not meet the
performance criteria and will remove the RPMs from the MPL.
Producers not qualified under this Specification may not furnish materials for
Department projects and must show evidence of correction of all deficiencies before
reconsideration for qualification.
F. Periodic Evaluation.Periodic evaluation consists of random department-initiated
laboratory testing, audits, and periodic required submittals or field testing.
1. Department-Initiated Laboratory Testing and Audits. The Department may conduct
random sampling (per Tex-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/1\4&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.
TEXAS DEPARTMENT OF TRANSPORTATION 5-7 EFFECTIVE DATE:JANUARY 2010
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED)
• Type Il-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
00 3.00 2.00 0.75
200 1.50 1.00 0.30
D. Physical Requirements. When tested in accordance with Tex-434-A, the minimum
strength of five markers must be 2,000 lb. with none exhibiting a deformation of more
than 0.125 in. before achieving the minimum strength.
A random sample of five markers will be tested in accordance with Tex-434-A.
The average compression results must have a quality index value equal to or greater than
1.23. The quality index value will be calculated from the lower specification limit of
2,000 lb. load. The following equation is used to determine the quality index value:
QL = (X — LSL) l s
Where:
QL= quality index value
X= average result from test
LSL=lower specification limit
s = standard deviation from test.
E. Heat Resistance. The RPMs must show no change in physical or optical properties when
subjected to the requirements of Tex-846-13. The temperature will be 140°F with the
marker in a vertical position.
The SI of the pavement marker must not be less than 80% of its initial value after being
subjected to the heat test.
TEXAS DEPARTMENT OF TRANSPORTATION 6-7 EFFECTIVE DATE:JANUARY 2010
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED)
F. Impact Test. The RPMs will be impact tested during the pre-qualification process. They
will be impacted with a 20-1b. weight in the form of a 2-in. solid right-circular cylinder
with a flat impact face having rounded edges falling freely through a vertical guide. The
RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick.
The RPMs will be tested at increasing heights until failure occurs. Failure will occur when
the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance
threshold for RPMs supplied after pre-qualification.
4200.7. Archived Versions. Archived versions are available.
TEXAS DEPARTMENT OF TRANSPORTATION 7-7 EFFECTIVE DATE:JANUARY 2010
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESI VE FOR PAVEMENT MARKERS
DMS - 6130
BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS
EFFECTIVE DATE:JANUARY 2008
6130.1. Description. This Specification establishes the requirements for bituminous type hot-
melt adhesive used for the placement of pavement markers. Two types are addressed: standard
bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral
filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt.
Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement
concrete, asphaltic concrete, and chip-sealed road surfaces and be applicable when road surface
and marker temperatures are in the approximate range of 4-71'C (40-160°F).
The composition of the adhesive must be such that its properties will not deteriorate when heated
to and applied at temperatures up to 218°C (425°F)using either air or oil-jacketed melters.
6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard
and may not be exact mathematical conversions. Use each system of units separately. Combining
values from the two systems may result in nonconformance with the standard.
6130.3. Material Requirements.
A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no
visible particles, and must comply with the requirements in Table 1.
Table 1
Adhesive Properties
Material Standard Adhesive Flexible Adhesive
Property Test Method min max min max
Softening Point, °F ASTM D 36 200 200
Penetration, 100 g,5 s,25°C(7717), 0.1 mm ASTM D 5 t0 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 l mm.
TEXAS DEPARTMENT OF TRANSPORTATION 1—3 LAST REVIEWED:SEPTEMBER 2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESI VE FOR PAVEMENT MARKERS
B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler-free
asphalt, obtained from the Extraction and Abson recovery process, as explained in
Section 6130.4, must have the properties in Table 2.
Table 2
Filler-Free Asphalt Properties
Property Minimum Maximum Test Method
Penetration, 100 g,5 s,25°C,(77 °F), 25 ASTM D 5
0.1 mm(in.)
Viscosity, 135°C(275°F)Pa-s 1.2(12) ASTM D 2171
(Poises)
Viscosity Ratio, 135°C(275°F) 2.2 ASTM D 1754 and ASTM D 2171
C. Filler Properties. This applies to standard bituminous adhesive only. The filler material,
obtained using the filler separation technique described in Section 6130.4, must have the
properties in Table 3.
Table 3
Filler Properties
Property Minimum Maximum Test Method
Filler Content,wt. % 50 75 As in Section 6130.4.
Filler Fineness,%passing: ASTM C 430,as modified in
45 µm o.325) 75 -- Section 6130.4.
75 µm(No.200) 95 --
100 --
150 pm(No. 100)
6130.4. Test Methods.
A. Heat Stability Flow. To determine the heat stability flow, place 1000 g of adhesive in a
loosely-covered quart can,heat to 218°C (425°F) and maintain at this temperature 4 hours
before performing the flow test.
B. Extraction and Abson Recovery. Use this procedure to separate and recover the base
asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow.
Transfer between 125 and 150 g into a 1000-mL (1-qt.) Erlenmeyer flask containing
400 mL(13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F).
Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent-asphalt mixture.
Recover the base asphalt from solvent according to Tex-211-F, but begin with the
centrifuge step; the primary distillation is not necessary. Repeat the above extraction-
recovery method as necessary to obtain the desired quantity of asphalt.
C. Filler Separation Technique. Use this procedure to separate the filler material from the
asphalt and determine the filler content of the adhesive. Weigh 10.00 10.01 g of solid
adhesive,broken into small pieces, into a centrifuge flask with approximately 100 mL
(3.5 fl. oz.)volume such as that specified in ASTM D 1796. Add 50 mL(1.7 fl. oz.) of
trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not
TEXAS DEPARTMENT OF TRANSPORTATION 2-3 LAST REVIEWED:SEPTEMBER 2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESI VE FOR PAVEMENT MARKERS
to lose any solids. Place the sample flask in a balanced centrifuge and spin using a
minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.)
Remove the sample flask and decant the solvent, taking care not to lose any solids.
Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and
the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160± 5°F) to
remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper
with a 20-25 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.
TEXAS DEPARTMENT OF TRANSPORTATION 3-3 LAST REVIEWED:SEPTEMBER 2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 90"Bend
2" x 3' Galvanized Nipple
2" Straight Coupling
2" x 3' Galvanized Nipple
2" Brass Gate Valve
3. CONSTRUCTION METHODS
The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this
includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete
thrust blocking shall be applied at the base.
After the line is tested and ready for connection to the existing water system, the Contractor shall
remove the riser assembly. The riser assemblies shall remain the property of the Contractor.
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for
payment. Payment for materials and labor shall be considered subsidiary to the payment for the
waterline pipe.
026201
Page 1 of 1
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 (I") 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
The maximum allowable leakage shall be as follows:
Ductile Iron Pipe, AWWA C600
L= SD P "_ or L=NDP
133,200 7,400
Asbestos - Cement Pipe,AWWA C603
L=ND P -
4,000 i4,000
PVC Pipe -Uni-bell equation 99
L=ND P -
7,400 i7,400
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Desi._na�tion
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
S. 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Forin, 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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-'/2" &2" sizes
026404
Page 1 of 2
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 1-1/2" and 2" sizes
SERVICE LINE
Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with
restrained compression brass fittings and stainless steel inserts.
Other products of comparable features and equal quality may be substituted for the above items with
approval of the Engineer.
3. CONSTRUCTION METHODS
See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ".
Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the
Engineer.
Relocation of existing meters and changeovers to the new system shall be done only under the direct
supervision of the City Water Department.
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, water service lines shall be measured with the units
indicated in the Bid Form for each size of service line. Payment for service lines shall include,but
not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop,
trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site
restoration; and shall be full compensation for all labor,equipment,tools and incidentals required for
proper installation of the water service lines.
026404
Page 2 of 2
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Forin, 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 stein.
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 (G'),
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 (2-1/2") 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-%2")National Standard thread (7-%2 threads per inch). The pumper nozzle shall have size
(6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543
inches, and a root diameter of 4.406 inches.
h) Harnessing Lugs -None required.
i) Nozzle Cap Gaskets -Required.
j) Drain Opp -Required.
026416
Page 1 of 3
Rev.3-25-15
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
k) Tapping of Drain Opening- Tapping of the drain opening for pipe threads is not required.
1) Nozzle Chain-Not required.
m) Direction to Open- The hydrants shall open left(counter clockwise).
n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line
shall be painted chrome yellow.
o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered
pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth
inches (1-1/8")point to face at top of nut.
p) Nozzle Cap Chains -Hydrants shall be furnished without nozzle cap chains.
q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter
inches (5-1/4")inside diameter.
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 raid,
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 3of3
Rev.3-25-15
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 027200
CONTROL OF WASTEWATER FLOWS
(TEMPORARY BYPASS PUMPING SYSTEMS)
1. GENERAL
1.1 DESCRIPTION
A. This specification shall govern all work necessary for designing, installing,
implementing, operating, and maintaining a temporary bypass pumping and flow control
system, as provided by the Contractor for the purpose of diverting wastewater flow
around the work area for the duration necessary to complete the work (i.e., control of
wastewater flows). The Contractor shall furnish all materials, labor, equipment, power,
maintenance, and incidentals required to maintain continuous and reliable wastewater
service in all lines for the duration of the project.
1.2 SUBMITTALS
A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and
thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit
it to the Engineer and/or the appropriate City staff for review and approval, prior to the
installation of any pumping system proposed for use.
Unless the bypass pumping is associated with an emergency work order, the standard
approval protocol is as follows: The Contractor prepares and submits the plan to the
Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the
bypass plan and coordinates approval with Engineering Services and the Operating
Department. Engineer and City will put forth a reasonable level of effort to expedite the
review and approval process. No deviation from the procedure shall be allowed.
B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the
Contractor shall also furnish a sufficiently detailed schematic drawing identifying the
approximate location of all bypass pumping system components. The schematic drawing
shall clearly label parallel/crossing streets, identify landmark structures, and depict the
locations of all pumps and piping.
At a minimum, the bypass pumping plan schematic drawing and associated attachments
should include the following items:
1) Pump curves showing designed operation point for this specific project
2) Approximate location of bypass system pumping components
3) Location of manhole or access point for suction and discharge
4) Configuration, routing, location and depth of the suction and discharge piping
5) General arrangement/type of additional support equipment.
6) Temporary pipe supports, anchoring and thrust restraint blocks, if required
7) Traffic Control Plan and Traffic Department permit if the bypass is within the right-
of-way.
8) Description of the method for removing pressure and all wastewater from existing
force mains being taken out of service,if necessary.
9) All other City-department and Regulatory requirements.
027200
Page 1 of 7
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
10) Sewer plugging locations,method, and types of plugs
11) Method of protecting discharge manholes or structures from erosion and damage.
1.3 RESPONSIBILITY/AUTHORITY
A. It is essential to the operation of the existing wastewater system that there is no
interruption in the flow of wastewater throughout the duration of the project. The
Contractor shall be completely responsible for designing, scheduling, providing,
installing, operating, fueling and maintaining the temporary bypass pumping system in a
manner that does not cause or contribute to overflows, releases, or spills of wastewater
from the wastewater or bypass system. The Contractor shall neither anticipate nor expect
any assistance from the City of Corpus Christi departments for any of the bypass
operation.
B. Contractor shall provide a responsible employee to man the bypass system 24 hours per
day, 7 days per week during operation. The monitoring employee shall be properly
trained, experienced, and mechanically qualified such that they can quickly and
effectively address any potential emergency and non-emergency situations associated
with the bypass system which must remain in operation. The wastewater and bypass
systems should be inspected at least once every 2 hours. The Contractor shall be
responsible for ensuring that the wastewater collection system is not compromised during
bypass installation or operation, and contractor shall ensure that the system operates
properly during this period.
C. The Contractor shall consider and be responsible for the impacts on the collection system
area, both upstream and downstream of the bypass and shall maintain the system in a
manner that will protect public and private property from damage and flooding.
Upstream impacts may include, but are not limited to backups and overflows.
Downstream impacts may include,but are not limited to surcharges and overflows.
D. Contractor shall make all effort to minimize spills of raw wastewater during the
improvements and bypassing. All spills and sanitary sewer overflows shall immediately
be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for
wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of
the owner at no additional cost to the City of Corpus Christi.
E. The City is permitted through the Texas Commission on Environmental Quality to
operate the wastewater system. The final authority comes from the City as to the
operation of the wastewater system and as such it reserves the right to halt the bypassing
operation at any time in order to maintain public health and safety.
027200
Page 2 of 7
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
2. PRODUCTS
2.1 MATERIALS
A. Bypass Pumps
a. Pumps shall be fully automatic self-priming pumps that do not require the use of
foot-valves or vacuum pumps in the priming system. The pumps may be electric or
diesel powered. Pre-approved manufacturers are Godwin or Rain-for-Rent.
Approved equals may be considered by the Engineer if they meet all requirements in
this specification but Contractor shall provide submittal package for Engineer's
review and approval prior to installation. Pumps shall be equipped with critically
silenced, sound attenuated enclosures with a maximum 65 dB (10-feet from pump), a
diesel day tank with a minimum 24-hour runtime without refuel, and automatic
start/stop controls for each pump.
b. Pumping capacity of the bypass pump shall be capable of handling the flow
conditions at all times and shall provide a minimum of 1.5 times the existing capacity
of whatever line or lift station is being bypassed.
c. The Contractor shall have adequate standby equipment available and ready for
immediate operation and use in the event of an emergency or breakdown. In critical
installations, as determined by the Engineer, one standby pump for each size pump
utilized shall be installed at the mainline flow bypassing locations, ready for use in
the event of primary pump failure.
B. Suction and Discharge Piping: Determined according to pump size, flow calculations,
system operating conditions, manhole depth, and length of suction piping in accordance
with the pump manufacturers specifications and recommendations. In order to prevent the
accidental spillage of flows, all discharge systems shall be temporarily constructed of
heavy-duty pipe with positive restrained joints.
a. High Density Polyethylene(HDPE)
i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying
wall thickness, holes, foreign material, blisters, or other deleterious faults.
Defective areas shall be cut out and butt-fusion welded as per manufacturer's
recommendations.
ii. Assembled and joined at site using couplings, flanges, or butt-fusion method to
provide leak proof joint, as per manufacturer's recommendations and ASTM D-
2657.
iii. Fusing must be performed by personnel certified as fusion technicians by
manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be
watertight and have tensile strength equal to that of pipe.
iv. HDPE is required to be used in or adjacent to environmentally sensitive areas.
b. Polyethylene Plastic Pipe(PE)
i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic
Pipe (SDR-DR) based on outside diameter, ASTM D1248 and ASTM D3550
ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying
wall thickness,holes, foreign material,blisters, or other deleterious faults.
c. Quick-Disconnect Steel Galvanized Pipe and Heavy-Duty Flexible Hoses
027200
Page 3 of 7
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
i. Must consist of heavy-duty steel with high tensile strength, x-ray welded,
abrasion resistant and suitable for intended service with a maximum pressure
rating of at least 174 PSI
ii. Bauer quick-disconnect fittings/joints shall be restrained and watertight. Joints
shall consist of vacuum sealing O-rings to help pumps prime faster and perform
at their designed flow rates with no leaks, even at high pressure ratings
iii. Joints shall provide 30-degree articulation at every coupling and shall not require
perfect alignment to make each connection.
iv. The galvanized couplings shall not be hindered by sand,mud, and grit.
d. Valves and Fittings
I. Contractor shall provide valves and fittings as necessary and in accordance with
the approved pipe materials shown above.
e. Plugs
I. Selected and installed according to size of line to be plugged, pipe, manhole
configurations, and based on specific application.
ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure.
iii. Contractor shall provide additional plugs in the case of failure
f. Miscellaneous
i. When temporary piping crosses local streets/roadways and private driveways,
Contractor shall provide traffic ramps or covers designed, installed, and
maintained for H-20 loading requirements while in use.
3. EXECUTION
3.1 SCHEDULING&COORDINATION
A. Unless the bypass pumping is associated with an emergency work order, the Contractor
shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department
for the startup of bypass operations once the completed bypass plan has been approved by
the design engineer. Unless needed otherwise for emergency work,no bypassing shall be
initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday.
B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation
should inclement weather be forecast for the period of the scheduled improvements.
C. Under special circumstances, as identified by the Engineer, where critical lines with large
service areas are being bypassed, the Contractor is responsible for setting up a meeting
between the Engineer/City/Operating Department to affirm and coordinate the approved
bypass plan and to verify the intended site installation conforms to the approved plan.
Engineer may also require the bypass system to be in service for at least 24-hours prior to
taking existing gravity lines or force mains out of service to demonstrate reliability.
D. Before beginning bypass operations, the Engineer/City Operating Department must be
notified for field verification of pumps, piping, and equipment, etc., to ensure the site
installation conforms to the approved plan.
027200
Page 4 of 7
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency
contact information has been provided to the City and Engineer on the Bypass Pumping
Plan Form including emergency cell phone number of bypass operators/monitors
responsibly manning the bypass system 24 hours per day along with the project
superintendent and pump supplier.
F. The Contractor can work extended hours, if approved by the Engineer, to perform the
improvements during the bypass operation. Work during extended hours cannot create a
nuisance for the neighbors.
G. Once a lift station is taken out of service and bypass operations begun, work shall be
continuous on the lift station improvements until all improvements are completed and the
lift station is returned to normal service.
H. The Contractor shall cease bypass pumping operations and return flows to the new and/or
existing wastewater system when directed by the Owner. This may be expected if the
bypass system is not in accordance with this specification or if inclement weather is in
the forecast.
3.2 INSTALLATION &OPERATIONS
A. Installation of Temporary Force Mains
a. Force mains may be placed along shoulder of road, medians, and/or outside of
pavement. Do not place in streets or sidewalks without Engineers approval.
b. When temporary piping crosses local streets/roadways and/or private driveways,
Contractor shall provide traffic ramps or covers designed, installed, and maintained
for H-20 loading requirements while in use.
c. When traffic ramps cannot be used, install temporary piping in trenches and cover
with temporary pavement, as approved by the Engineer.
B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to
prevent discharge from contacting manhole walls or benching with as minimal turbulence
as possible.
C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary
plugging device. When plugging or blocking is no longer needed for performance and
acceptance of work, it is to be removed in a manner that permits the wastewater flow to
slowly return to normal without surge, to prevent surcharging or causing other major
disturbances downstream.
D. The Contractor shall not cut existing force mains or gravity lines until it is determined
that the containment area in place is sufficient for handling any wastewater within the
pipe.
E. Some locations may require multiple bypass systems. If bypass system is provided with
air release valves,then the valve drains shall be piped to a manhole for discharge.
F. Upon completion of the bypass pumping operations, remove piping, restore property to
pre-construction condition and restore pavement.
027200
Page 5 of 7
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
4. MEASUREMENT AND PAYMENT
Unless otherwise specified in the Bid Form, Control of Wastewater Flows (Temporary Bypass Pumping
Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to
include all material, labor, equipment and supervision necessary to complete the bypass design, planning,
coordination, installation, operation, maintenance and removal.
027200
Page 6 of 7
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
BYPASS PUMPING PLAN FORM
Date:
Project Title: No.:
Engineer: Contractor:
Service Area: Lift Station No.(if applicable):
Start Date&Time: Completion Date &Time:
Sewer Line Size being Bypassed: Estimated Peak Flow:
Line Plugging Method&Locations:
Suction Manhole or Lift Station Number and Depth:
Discharge Manhole or Lift Station Number and Depth:
Maximum Surcharge Depth Allowed:
Bypass Forcemain Size,Material &Length:
Pump Description: (Self-Priming,Critically Silenced,and Automatic Level Controls Required)
Make,Model, Suction/Discharge Size: Diesel or Electric
Total Number of Pumps/Standby Pumps:
Total&Firm Capacity(GPM @ TDH):
Vacuum Trucks(if required, number and capacity):
Contractor Personnel Manning Bypass System(24 hours/day):
Name: Phone:
Name: Phone:
Emergency Contacts:
Name: Phone:
Name: Phone:
Additional Notes:
Required Checklist:
YES NO
❑ ❑ Schematic drawing providing details of proposed bypass pumping system,routing of bypass lines(using
manhole numbers and/or lift station names as applicable), equipment location,and proposed sequencing.
❑ ❑ Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment?
❑ ❑ Pumps: Self-priming& Critically Silenced. Provide pump curve with Bypass plan. (Requirement).
❑ ❑ Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation.
❑ ❑ Have emergency and/or backup provisions been made for quick pump change out in the case of system
failure?
❑ ❑ Contractor has confirmed no rain(less than V2-in)in the forecast?
Prepared by: Reviewed by:
Contractor Representative Date Wastewater Representative Date
027200
Page 7 of 7
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 confonn 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 V 1168 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 maybe 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 027203
VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES
1. DESCRIPTION
This specification governs all work and materials necessary to perform vacuum testing of new or
existing wastewater manholes. Manholes may be tested after installation with all connections
(existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling
by the installer. Final acceptance, in accordance with the requirements of this specification, will
consist of vacuum testing of the completed and installed structure (manhole) in place to include
manhole/adjustment rings and manhole casting.
2. MATERIALS
Vacuum testing shall consist of a minimum of the following:
(a) Engine.
(b) Vacuum Pump.
(c) Hose.
(d) Test Head device capable of sealing opening in manhole casting as required.
(e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the
diameter of the connecting pipe to be sealed.
3. PROCEDURE
(a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's
recommendations.
(b) A vacuum of 10 inches of mercury shall be drawn on the manhole,the valve on the vacuum
line of the test head closed, and the vacuum pump shut off. The time shall be measured for
the vacuum to drop to 9 inches of mercury.
(c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury
to 9 inches of mercury meets or exceeds the values indicated in Table 1.
(d) If the manhole fails the initial test, necessary repairs shall be made by an approved method.
The manhole shall then be retested until a satisfactory test is obtained.
027203
Page 1 of 2
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
TABLE 1 -Minimum Test Times for Various Manhole Diameters (ASTM C1244)
Depth Diameter(inches)
(feet) 42 48 54 60 72
Time(seconds)
8 17 20 23 26 33
10 21 25 29 33 41
12 25 30 35 39 49
14 30 35 41 46 57
16 34 40 46 52 67
18 38 45 52 59 73
20 42 50 53 65 81
22 46 55 64 72 89
24 51 59 64 78 97
26 55 64 75 85 105
28 59 69 81 91 113
30 68 74 87 98 121
4. TESTING AND CERTIFICATION
(a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated
representative. All manholes and structures shall be tested as finished and completed for
final acceptance.
(b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the
Contractor and retested. This shall be repeated until all work and materials are acceptable.
5. MEASUREMENT AND PAYMENT
Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and
structures will not be measured for pay. Such items shall be considered subsidiary to pay
items applicable for Fiberglass Manholes, complete and in-place.
027203
Page 2 of 2
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 027205
FIBERGLASS MANHOLES
1. DESCRIPTION
This specification shall govern all work required for providing, installing and adjusting fiberglass
manholes required to complete the project.
2. GENERAL
Fiberglass manholes shall be installed at the locations indicated on the drawings.
3. MATERIALS
A. Manholes
Fiberglass manholes shall be fabricated in accordance with ASTM D3753-"Standard
Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells,"latest edition,
and the referenced design criteria as follows:
1. ASTM C581 Standard Practice for Determining Chemical Resistance of
Thermosetting Resins Used in Glass-Fiber-Reinforced Structures
Intended for Liquid Service
2. ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics
3. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and
Reinforced Plastics and Electrical Insulating Materials
4. ASTM C923 Standard Specification for Resilient Connectors Between Reinforced
Concrete Manhole Structures, Pipes and Laterals
5. ASTM D2412 Standard Test Method for Determination of External Loading
Characteristics of Plastic Pipe by Parallel-Plate Loading
6. ASTM D2583 Standard Test Method for Indentation Hardness of Rigid Plastics by
Means of a Barcol Impressor
7. ASTM D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins
8. ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC)
Sewer Pipe and Fittings
9. ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile
Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter
10. ASTM C32 Standard Specification for Sewer and Manhole Brick (Made From
Clay or Shale)
The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The
inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise
specified on the drawings,but shall not be less than 1.5 times the nominal pipe diameter of
the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a
027205
Page 1 of 6
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the
drawings.
B. Manhole Pipe Connectors
Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant
plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and
shall pen-nit pipe movement without loss of seal integrity, and shall be in conformance with
ASTM D3212. Material for elastomeric seal in push-on joints shall meet the requirements of
ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443.
Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler
Mfg., or approved equal.
Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible
plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or
approved equal, and wrapped with Class `A' Subsurface Drainage Geotextile, AASHTO
M288.
C. Manhole Base
Concrete shall be Class `A' in accordance with City Standard Specification Section 030020
"Portland Cement Concrete".
Caulk for seal between fiberglass manhole and concrete cast-in-place base shall be Epo-Flex
epoxy(gun grade consistency)as manufactured by Dewey Supply of Corpus Christi,Texas,
or approved equal.
Precast reinforced concrete manhole base shall be in accordance with the requirements of
ASTM C478, as shown on the construction plans and detail drawings.
D. Inflow Inhibitors
Inflow inhibitors shall be installed insanitary manholes. They shall be of 316 stainless steel
with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000
pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and
shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an
attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made
of Nitrite and shall operate at a one(1)psi differential pressure. The inhibitor shall be fitted
with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6#
316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly
corrosive sewer gases.
E. Ring and Cover
Manhole ring and cover for all manholes shall be for street application and shall be as
indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3-
foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for
027205
Page 2 of 6
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
grade adjustments. A maximum of 18" of adjustment rings may be utilized.
F. 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.
4. CONSTRUCTION METHODS
General: The limits of excavation shall allow for placing and removing forms, installing
sheeting,shoring,bracing,etc. The Contractor shall pile excavated material in a manner that
will not endanger the work and will avoid obstructing sidewalks, driveways,power poles,
drainage structures, streets,etc. Subgrade under manhole footings shall be compacted to not
less than 95% Standard Proctor density.
Vertical Sides: When necessary to protect other improvements, the Contractor shall
maintain vertical sides on the excavation. The limits shall not exceed three feet outside the
footing on a vertical plane parallel to the footing except where specifically approved
otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring,
and bracing as necessary to provide a safe work area as required to protect workmen,
structures, equipment,power poles, etc. The Contractor shall be responsible for the design
and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall
be removed as the excavation is backfilled.
Sloping Sides: In unimproved areas where sufficient space is available,the Contractor will
be allowed to back slope the sides of the excavation. The back slope shall be such that the
excavation will be safe from caving. Safety requirements shall govern the back slope used.
De-watering: The Contractor shall keep the excavation free from water by use of
cofferdams,bailing,pumping,well pointing, or any combination, as the particular situation
may warrant. All de-watering devices shall be installed in such a manner as to provide
clearance for construction, removal of forms, and inspection of exterior of form work. It is
the intent of these specifications that the foundation be placed on a firm dry bed. The
foundation bed shall be kept in a de-watered condition for a sufficient period of time to
027205
Page 3 of 6
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
insure the safety of the structure,but in no case shall de-watering be terminated sooner than
seven(7)days after placing concrete. All de-watering methods and procedures are subject to
the approval of the Engineer. The excavation shall be inspected and approved by the
Engineer before work on the structure is started. The Contractor shall provide a relatively
smooth,firm foundation bed for footings and slabs that bear directly on the undisturbed earth
without additional cost to the City, regardless of the soil conditions encountered. The
Engineer will be the sole judge as to whether these conditions have been met. The
Contractor shall pile excavated material in a manner that will not create an unsafe condition.
Unauthorized Over-Excavation: Excavation for slabs, footings, etc., that rest on earth,
shall not be carried below the elevation shown on the drawings. In the event the excavation
is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to
the required grade by filling with concrete.
Wall Preparation for Pipe Penetrations: For sanitary sewer application,pipe penetrations
for pipe sizes 4-inch through 15-inch shall be made with appropriately sized core drill bits
recommended by the manufacturer. Pipe penetrations other than described above and as
authorized by the Engineer shall be made as follows: cut shall be equal to the outside
diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or
gasoline powered circular saw with masonry blade. Impact type tools shall not be used.
Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent
damaging either the manhole or the surroundings. If manhole must be moved by rolling,the
ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be
lifted as specified by the manufacturer.
Height Adjustment: If necessary,utilize HDPE adjustment rings to adjust the manhole to
the correct grade elevation. A maximum of 18" of adjustment rings may be utilized.
Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a
minimum of six (6) inches into concrete, then plumb.
Backfill Material: Unless shown otherwise on the drawings, initial backfill around
manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be
flowable grout. The remaining final backfill around manholes shall be cement-stabilized
sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II
Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other
debris. The material shall be free of large lumps or clods which will not readily break down
under compaction. This material shall be subject to approval by the Engineer. Backfill
material shall be free of vegetation or other extraneous material. Topsoil should be
stockpiled separately and used for finish grading around the structure, if necessary.
027205
Page 4 of 6
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as
the concrete has been allowed to cure and the forms removed.
Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness
and mechanically tamped to at least 95% Standard Proctor density(ASTM D698). Backfill
shall be placed in such a manner as to prevent any wedging action against the structure.
Contractor shall follow operational requirements for bypass pumping as set forth in City
Standard Specification Section 027200 "Control of Wastewater Flows".
5. TESTING
Manholes shall be tested for leakage by either of two tests as specified by the Engineer.
Water Leakage Test:
The Contractor shall provide water, labor, and materials for testing.
Testing shall be as follows:
1. With sewers plugged, the manhole shall be filled with water.
2. The manhole shall be checked after 24 hours have elapsed.
3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for
4-foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for
5-foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of
diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes.
4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the
manhole shall be tested for no leaks and no noticeable loss of water shall be
experienced for the 24-hour period.
If water loss is excessive,the Contractor shall correct the problem and the manhole shall be retested.
Vacuum Test:
Vacuum testing shall be in accordance with City Standard Specification Section 027203
"Vacuum Testing of Wastewater Manholes and Structures".
6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES
The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade
adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the
extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary
to remove a section of the fiberglass manhole, this work shall be done as described below.
Note that manhole repair kits are available for this work.
Remove the appropriately sized section of the existing manhole from the vertical manhole wall at
least 6 inches below the seam where the corbel meets the vertical wall.
027205
Page 5 of 6
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Excavate evenly around the manhole as required.
Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a
good butt splice.
Grind and clean ends of fiberglass that are to be re-united.
Replace and align the top. Fiberglass a 6-inch strip along the outside seam all around with two layers
of mat with one layer of woven roving sandwiched between.
After the outside has set, go on the inside and fill any voids in the seam with epoxy or material
provided by the manhole manufacturer for use in such application.
After the putty has set, fiberglass a 6-inch strip on the inside as previously done on the outside.
After curing,backfill with cement-stabilized sand,as described above,compacted to a minimum of
95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated
representative.
7. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form,fiberglass manholes shall be measured per each for each
size (diameter) of manhole indicated.
Payment shall be made at the unit price bid and shall fully compensate the Contractor for all
materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall
include,but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole
assembly,connections,cast iron frame and cover,adjustment to finish grade,concrete work,backfill,
leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole.
Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth
in excess of 6 feet and bid as "Extra Depth for Manhole (Wastewater)".
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 with flowable grout,
backfilling, leakage testing, and adjust the manholes to finish grade.
027205
Page 6 of 6
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. Marl-int. The following information shall be clearly marked on each section of pipe:
027402
Page 1 of 7
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
use on pipe in the following sizes, which is the minimum that will be required.
Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper
joint is not secured.
Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint
12" 1.5 gals. 1%2 pcs 1" x 2'-5"
15" 1.9 gals. 2 pcs 1" x 2'-5"
18" 2.7 gals. 1'/2 pcs 1'/2 " x 3'-5"
21" 3.8 gals. 2 pcs 11/2 " x 3'-5"
24" 6.2 gals. 2 pcs I'/2 " x 3'-5"
30" 8.5 gals. 21/2 pcs 1'/2 " x 3'-5"
36" 9.5 gals. 3 pcs 13/4" x 3'-5"
42" 12.0 gals. 3�/2 pcs 13/4" x 3'-5"
48" 15.0 gals. 4 pcs 13/4" x 3'-5"
54" 20.0 gals. 4�/2 pcs 13/4" x 3'-5"
60" 25.0 gals. 5 pcs 13/4" x 3'-5"
66" 30.0 gals. 5�/2 pcs 13/4" x 3'-5"
72" 32.0 gals. 6 pcs 2" x 3'-5"
84" 35.0 gals. 7 pcs 2" x 3'-5"
b. TYLOX Types "C", "C-P" or "CR" rubber gaskets, as applicable, as manufactured
by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All
gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed,
etc., as recommended by the manufacturer of the rubber gasket material and
conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to
the City, for approval, manufacturer's brochures detailing the complete use,
installation, and specifications of concrete pipe and rubber gaskets before any rubber
gasket material is used on the project. All tubber 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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. Lang 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 4of7
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 027404
CONCRETE BOX CULVERTS
1. DESCRIPTION
This specification shall govern all work required for constructing, furnishing, and installing
reinforced concrete box culverts required to complete the project.
All reinforced concrete boxes for this project shall be precast concrete in accordance with TxDOT
Standards for precast box culverts and the details shown on the drawings for the appropriate height
of fill, and design shall conform to ASTM C1577.
Alternate designs of precast boxes will be considered for approval upon submission of shop
drawings detailing the box and certifications that the box, as designed, is structurally comparable to
or better than the box shown in the contract drawings and is designed to support HS20 loading per
ASSHTO M273. The shop drawings and certifications shall be signed and sealed by a Texas
registered professional engineer.
2. MATERIALS
1. Concrete. Unless otherwise shown on the plans,Class"C"concrete shall be used for cast-in-
place boxes,conforming to the requirements of City Standard Specification Section 030020
"Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete
Structures",except that Class"S"concrete will be required for top slabs of direct traffic cast-
in-place boxes.
Concrete for precast (machine-made) boxes shall meet the requirements of ASTM C76
Sections: "Cement", "Aggregates" and "Mixture", and shall have a minimum 28-day
compressive strength of 5,000 psi.
2. Reinforcement. Reinforcing steel shall conform to the requirements of City Standard
Specification Section 032020 "Reinforcing Steel" and the details shown on the plans.
3. Jointing. Materials for jointing shall conform to the requirements of City Standard
Specification Section 027402 "Reinforced Concrete Pipe Culverts".
4. Membrane Curing. Materials for membrane curing shall conform to City Standard
Specification Section 038000 "Concrete Structures".
5. Geotextile. Geotextile fabric for wrapping joints shall be Class 1 geotextile for subsurface
drainage with an average opening size(AOS)of 0.22mm and in accordance with AASHTO
M288.
3. FABRICATION
The requirement of City Standard Specification Section 030020 'Portland Cement Concrete" and
City Standard Specification Section 038000 "Concrete for Structures" shall govern for cast-in-place
027404
Page 1 of 3
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
concrete box culverts and for precast (forined)boxes except where otherwise specified herein.
Forms for precast(machine-made)boxes shall be made of steel. Forins for cast-in-place boxes and
precast (formed)boxes may be either wood or steel.
Forms shall be mortar-tight and of sufficient strength to prevent excessive bulging or misalignment
of adjacent boxes. They shall be constructed to permit their removal without damage to the concrete.
Offsets at form joints shall not exceed one-eighth inch (1/8"). Forms shall be clean and free of
extraneous matter when concrete is placed.
Positive means of supporting steel cages in place throughout forming and concrete placement shall
be required and subject to the approval of the Engineer. Welding of reinforcing steel will be
permitted only where shown on the plans. Welding shall be done by a qualified welder and shall
conform to industry standards.
Precast(machine-made)boxes shall be cast by a process which will provide for uniform placement
of the concrete in the forms and compaction by mechanical devices which will assure dense concrete.
Concrete shall be mixed in a central batch plant or other approved batching facility from which the
quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable
for use in precast (machine-made)boxes.
4. TESTING AND CERTIFICATION
1. Physical Requirements. Precast boxes shall meet the requirement of ASTM C 1577. Testing
shall be done by a materials engineering testing laboratory which meets the requirements for
membership in the American Council of Independent Laboratories.
2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances:
When two box sections are fitted together on a flat surface, in proper alignment and in the
position they will be installed, the longitudinal opening at any point shall not exceed
one inch (1").
Not more than four lifting holes may be provided in each box to facilitate handling. They may be
cast-in, cut into the fresh concrete after form removal or drilled,and shall not be more than 2 inches
in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted.
Spalled areas around the holes shall be repaired. Concrete boxes shall be given an"Ordinary Surface
Finish" in accordance with Section 038000 "Concrete Structures".
3. Certification. Certification of quality shall be provided with each delivery of materials to the
job site by the manufacturer. Certification shall be a written report by the materials
engineering testing laboratory.
5. DEFECTS AND REPAIRS
Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest
reinforcement will not be cause for rejection unless they are numerous and extensive. Cracks which
extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an
027404
Page 2 of 3
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
approved manner.
Small damaged or honeycombed areas which are purely surficial in nature may be repaired.
Excessive damage,honeycombing or cracking will be subject to structural review. Repairs shall be
sound, properly finished, and cured in conformance with the pertinent specifications. When fine
cracks or hairline cracks on the surface indicate poor curing practices, further production of precast
boxes shall be discontinued until corrections are made and proper curing provided.
6. CONSTRUCTION METHODS
Excavation and backfill shall be in accordance with City Standard Specification Section 022020
"Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for
precast concrete box culverts located under pavements shall consist of 6 inches of cement-stabilized
sand containing a minimum of 11/2 sacks of Standard Type I or Type II Portland cement per cubic
yard of sand and compacted to not less than 95% Standard Proctor density.
Unless otherwise shown on the plans, the Contractor may use any of the jointing materials, except
rubber gaskets, and shall comply with the jointing requirements specified in the City Standard
Specification Section 027402 "Reinforced Concrete Pipe Culverts".
All box joints shall be wrapped with geotextile fabric. The wrap shall be at least two (2)feet wide
and centered on the joints.
Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer.
7. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, concrete box culverts shall be measured by the linear
foot for each size of box installed. The measurement will be made between the ends of the box
along the centerline. For boxes used in the multiple barrel structures,the measured length will be the
sum of the lengths of all barrels.
Payment shall be made at the contract bid price and shall fully compensate the Contractor for
furnishing, transporting and installing the box culverts; for bedding materials and bed preparation
including compaction; for excavation and backfill of trenches; for all connections to existing and
new structures; and for all labor,materials,tools,equipment and incidentals required to complete the
work as shown on the contract drawings and as specified herein.
027404
Page 3 of 3
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 027602
GRAVITY WASTEWATER LINES
1. DESCRIPTION
This specification shall govern all work required for furnishing, handling and installing gravity
wastewater lines required to complete the project.
2. MATERIALS
A. Pipe and Fittings:
1. POLY-VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with the
following:
6" Gravity Sewer Pipe ASTM D3034 DR 26
8" Gravity Sewer Pipe ASTM D3034 DR 26
10"Gravity Sewer Pipe ASTM D3034 DR 26
12"Gravity Sewer Pipe ASTM D3034 DR 26
15"Gravity Sewer Pipe ASTM D3034 DR 26
18"Gravity Sewer Pipe ASTM F679 DR 26
24"Gravity Sewer Pipe ASTM F679 DR 26
30"Gravity Sewer Pipe ASTM F679 DR 26
36"Gravity Sewer Pipe ASTM F679 DR 26 PS 115
42"Gravity Sewer Pipe ASTM F679 DR35 PS46
48"Gravity Sewer Pipe ASTM F679 DR35 PS46
Pipe and fittings shall have push-on compression gasket joints in accordance with
ASTM D3212 and shall be a non-blue color.
2. POLY-VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or
C905 integral green (non-blue color) with a minimum pressure rating of not less
than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as
defined in ASTM D1784. One (1) 20-ft. section of PVC pressure pipe, with
appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for
gravity wastewater lines at all waterline crossings, and shall be centered under/over
the waterline as indicated on the drawings.
Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a
new waterline crosses over a new non-pressurized wastewater line. Maintain a
minimum of 6 inches vertical clearance between outsides of pipes where a new
waterline crosses over a pressurized wastewater line. In all instances of water
crossing wastewater, center a joint of water pipe over the wastewater pipe such that
a minimum of 9 feet of horizontal offset exists from each water joint to the
wastewater carrier pipe.
027602
Page 1 of 6
Rev.7-1-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Alternatively, at waterline crossings, the PVC gravity wastewater pipe may be
encased in a 20-ft.joint of pressure 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. The casing pipe shall be centered under/
over the waterline as indicated on the drawings, and both ends of the casing shall be
sealed with cement grout or manufactured seal.
B. Bedding and Backfill Materials:
1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an
elevation 12 inches above the top of the pipe. The bedding and initial backfill
material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet
3, unless otherwise specified.
2. FINAL BACKFILL is that material placed on the initial backfill. The material shall
be in accordance with City Standard Specification Section 022020 "Excavation and
Backfill for Utilities" and as shown on the standard details.
3. CONSTRUCTION METHODS
A. Trench Excavation:
See City Standard Specification Section 022020 "Excavation and Backfill for Utilities."
B. Handling of Materials:
1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe
shall be unloaded at the point of delivery, hauled to and distributed at the site by the
Contractor. Materials shall be handled with care and in accordance with the
manufacturer's recommendations.
2. STORAGE AND SECURITY of materials shall be provided by the Contractor.
Any material delivered to the site that is not to be incorporated into the work within
10 working days shall be properly stored off the ground. Stacking and handling of
materials shall be done as recommended by the manufacturer.
3. REJECTED OR DEFECTIVE materials are those having cracks, flaws or other
defects. Rejected materials shall be marked by the Engineer and removed from the
job site by the end of the day by the Contractor.
4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that
they are incorporated into the work within 10 working days. Materials shall not be
placed on private property, unless written permission has been obtained from the
owner by the Contractor. Materials shall not be placed within five feet of the back
of curb or edge of pavement without permission of the Engineer or the designated
representative.
027602
Page 2 of 6
Rev.7-1-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
C. Alignment and Grade:
I. All pipe shall be laid and maintained to the required line and grade.
2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized
by the Engineer.
3. The Contractor shall provide offsets and cut sheets. The Contractor may use batter
boards, laser, or other approved methods necessary to construct the wastewater line
to design line and grade.
D. Pipe Placement:
I. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for
safe and efficient execution of work. All pipes shall be carefully lowered into the
trench by suitable equipment in such a manner as to prevent damage. Under no
circumstances shall pipe be dropped or dumped into the trench. The Contractor
shall not lay pipe in the trench until the bedding and condition of the trench have
been approved by the Engineer. The trench shall be free of water and maintained in
that condition until the pipe has been laid, the joints have been completed, and the
initial backfill has been completed. All pipe markings shall be placed face up for
inspection prior to backfill.
2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the
pipe before lowering pipe into trench. The interior of pipe shall be maintained free
of dirt during the remaining installation operations.
E. Jointing Pipe:
POLY-VINYL CHLORIDE (PVC) PIPE shall have mating surfaces of the gasketed
joint wiped clean of dirt and foreign matter. A lubricant recommended by the
coupling manufacturer shall be applied to the bell and spigot mating surfaces just
prior to joining. The spigot shall then be centered on grade into the bell of the
previous pipe and shall be shoved home to compress the joint and to assure a tight
fit between the inner surfaces. Pipe shall not be assembled in reverse order by
pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be
excavated in the bedding material. When the joint has been made, the bell hole
shall be carefully filled with material to provide for adequate support of the pipe.
The spigot shall be centered within 1/4 inch of the home line marked on the spigot.
F. Bedding and Initial Backfill:
POLY-VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe
shall be in accordance with the details provided in the drawings. Bedding shall be
well tamped regardless of type. The type of bedding required shall depend upon the
depth of cut and ground water condition and shall be as specified below:
027602
Page 3 of 6
Rev.7-1-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
BOTTOM OF TRENCH IN GROUNDWATER
Depth of Cut Required Bedding
Less than 20 feet Gravel or Crushed Stone
Over 20 feet Crushed Stone
BOTTOM OF TRENCH NOT IN GROUND WATER
Depth of Cut Required Bedding
Less than 15 feet Sand, Gravel, or Crushed Stone
Less than 20 feet Gravel or Crushed Stone
Over 20 feet Crushed Stone
G. Final Backfill:
See City Standard Specification Section 022020 "Excavation and Backfill for Utilities."
H. Bypass Pumping:
Contractor shall follow operational requirements for bypass pumping as set forth in
Specification Section 027200 Control of Wastewater Flows.
4. TESTING AND CERTIFICATION
A. Leakage Testing: (Required for all types of pipe)
1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the
Contractor. The Contractor shall test the entire system for leaks. This work shall be
witnessed by the Engineer.
2. POLY-VINYL CHLORIDE(PVC)PIPE shall be tested in accordance with Uni-
Bell Plastic Pipe Association- Standard UNI-B-6 'Recommended Practice for Low-
Pressure Air Testing of Installed Sewer Pipe"; the requirements of which are
summarized by the following equation:
T=0.00237D2L [Equation 1]
Where: T=Minimum allowable time (seconds) for a pressure drop of
one (1)psi gage pressure
D=Nominal pipe diameter(inches)
L=Length of pipe run(feet)
The test section shall be plugged and subjected to a test pressure not in excess of
five (5)psi. The time required for a one (1)psi pressure drop shall be measured and
shall not exceed the value obtained in Equation 1 above.
027602
Page 4of6
Rev.7-1-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
B. Deflection Testing: (Required for PVC Pipe)
1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor.
Mandrels shall be provided by the Contractor and will be of machined rigid
corrosion-resistant pipe with a length not less than 1.5 diameters. Mandrels will be
sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard
mandrels shall be as follows:
Nominal Size (inches) Mandrel O.D. (inches)
8 7.11
10 8.87
12 10.55
15 12.90
18 15.76
21 18.56
24 20.87
27 23.51
30 27.14
2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe
shall be tested for deflection no less than 30 days after placement of backfill. The
Contractor may wish to check pipe immediately after backfilling for job control.
However, this shall not qualify as acceptance testing. No pipe can be tested for
formal acceptance until it has been in place, complete with backfill, for at least 30
days.
3. Belly: Pipe shall be rejected if belly exceeds 5%based on the readings from the
video inspection.
C. Retesting:
ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the
Contractor and retested. This shall be repeated until all work and materials are acceptable
D. Cleaning and Televising:
All wastewater lines and manholes installed on this project shall be cleaned and televised in
accordance with Standard Specification Section 027611 "Cleaning and Televised Inspection
of Conduits".
5. SOIL BORINGS
The City does not assume responsibility for subsurface information. Soil data and other subsurface
information, if shown on the drawings or in the appendix, are without warranty as to correctness of
fact or interpretation.
027602
Page 5 of 6
Rev.7-1-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
6. BRACING AND SHORING
Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching
Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width
indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to
accommodate the additional load on the pipe.
7. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, gravity wastewater lines shall be measured by the
linear foot for each size and depth of wastewater line installed, as follows:
A. Between centers of manholes.
B. From the center of a manhole to the end of the line.
C. From the end of an existing stub to the end of the line or center of the existing
manhole.
Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at the
time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet,
and at breaks in ground profile.
Bedding shall not be measured for pay, but shall be considered subsidiary to pipe, unless included
as a separate bid item in the Bid Form.
Unless otherwise specified on the Bid Form, de-watering shall not be measured for pay,but shall be
considered subsidiary unless included as a separate bid item in the Bid Form for well-pointing.
Payment shall be full compensation for all labor, materials, equipment, pipe, bedding, de-watering,
hauling, trench excavation and backfill, leakage and deflection testing, cleaning, televising, bypass
pumping, and all cleaning up and other incidentals necessary to install the pipe complete in-place.
027602
Page 6 of 6
Rev.7-1-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 027604
DISPOSAL OF WASTE FROM WASTEWATER
CLEANING OPERATIONS
1. SCOPE:
This specification governs all work required for disposal of waste from wastewater cleaning
operations required to complete the project.
2. METHODS:
Grit,rubble,dislodged bricks and other such inorganic waste that is removed during cleaning
shall not be allowed to continue down stream of the operation. Organic solids that remain in
suspension would be allowed to continue downstream through the wastewater system.
A weir or other suitable trap shall be installed and maintained by the Contractor for the
collection of such waste.
This material shall be de-watered and delivered by the Contractor to a facility that is
authorized to receive it. If this material is free of organic sludge and is sufficiently de-watered to
pass the paint filter test,it would be acceptable for disposal at the Elliott Sanitary Landfill subject to
prior approval of the facility and the associated disposal fees.
The Contractor has the option of using the City's de-watering facilities. The City has six
drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet.
These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. 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. 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 of the proper disposal of this
waste.
3. MEASUREMENT & PAYMENT:
Unless otherwise specified on the Bid Form,this work shall be considered subsidiary to the project.
027604
Page 1 of 1
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 027606
WASTEWATER SERVICE LINES
1. SCOPE:
This specification governs all work and materials necessary to construct the wastewater service lines
required to complete the project. Wastewater service lines are those lines, constructed in public
right-of-way, from the service tee on the main up to and including the cleanout at the property line.
2. MATERIALS:
Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and
ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM
D2564. No co-mingling of different materials except through the use of proper adaptors. Adaptors
shall have a stainless steel or fiberglass shear ring.
3. CONSTRUCTION METHODS:
Where possible, service tees or wyes shall be placed along the main as required for services (no
taps).
The minimum size pipe for services shall be 4-inch diameter for residential and 6-inch diameter for
commercial. Minimum slope for 4-inch pipes shall be 1/8 inch per foot(S=1%),and minimum slope
for 6-inch pipes shall be 1/16 inch per foot(S= 0.5%). Wastewater service lines shall cross under
water mains.
The Contractor shall be responsible for establishing alignment and maintaining grade for the
proposed service.
Trenches shall be excavated in such a manner that will minimize damage to surface improvements.
After installation,the excavated material shall be tamped into the trench to not less than the density
specified in City Standard Specification Section 022020 'Excavation and Backfill for Utilities,"and
the surface restored to a condition acceptable to the Engineer. Wastewater service lines shall be
bored, jetted or jacked under sidewalks, driveways, and other such improved surfaces, unless
otherwise authorized by the Engineer.
Service lines shall be leakage tested with the wastewater main.
Contractor shall follow operational requirements for bypass pumping as set forth in Specification
Section 027200 Control of Wastewater Flows
027606
Page 1 of 2
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
4. MEASUREMENT AND PAYMENT:
Unless otherwise specified on the Bid Form,wastewater service lines shall be measured as individual
units for each connection made to the main. Payment shall include, but not be limited to, the line
from the tee on the main to, and including, the cleanout at the property line. Payment shall be full
compensation for all labor, materials, equipment, trench safety, bypass pumping and incidentals
necessary for wastewater service lines required to complete the project.
027606
Page 2 of 2
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 Opg, 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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-Passim
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
2.9 CCTV Reverse Sq-u .
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 8�/2" x I F 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SAMPLE TELEVISED INSPECTION REPORT FORM
CITY OF CORPUS CHRISTI
TELEVISED INSPECTION REPORT DATA REQUIREMENTS
[On screen at start of each set-up and on Inspection Report]
City's Project Name
City's Project Number Contractor/Operator
Date/"Time Televised DVD Number
Upstream MH Location Downstream MH Location
Upstream MH Number Downstream MH Number
Upstream MH Depth Downstream MH Depth
Pipe Size Pre-Rehab TV Y N Evaluation TV Y N'
Post-Rehab TV Y N Reverse Set-up Y N
Pipe Material
DISTANCE FROM ENTRY POINT OBSERVATIONS/COMMENTS
DVD LABELING REQUIREMENTS [On each DVD]
City Project Name Upstream.Manhole No.
City Project No. Downstream Manhole No.
Street Name Pre Post Other
DVD No. Date/Time Made
Contractor
027611
Page 8 of 8
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 027618
WASTEWATER LINE REHABILITATION/PIPEBURSTING
1. SCOPE
This specification shall govern all work necessary to rehabilitate gravity wastewater lines by
pipebursting,wherein a horizontal boring technique utilizing a cutting/expansive tool head fragments
the existing pipe, and a fusion welded, high density polyethylene pipe is drawn into the resulting
tunnel.
2. MATERIALS
2.1 Polyethylene:
ASTM Designation: D-3350 with a cell classification of 335434B D or E(with inner
wall of light color). In addition,the liner shall be manufactured of polyethylene resins
classified as Type 111, Class C, Category 5, Grade P34, as tabulated in specifications
in the older ASTM Designation, D-1248. This material shall also conform to the
design criteria as specified in Plastic Pipe Institute (PPI) Designation: PE3408.
2.2 Dimensions: The pipe shall be (SDR 17, IPS) per ASTM F714 of the nominal
diameter as shown on the plans and specified in the Bid Form, unless TCEQ
requirements for water and wastewater line separation require pressure rated pipe of
at least 150 psi, in which case DR 11, IPS pipe shall be utilized. At this pressure
rating, a larger pipe may be required to maintain equivalent flow characteristics and
hydraulic radius to the existing wastewater line.
2.3 Quality: All pipe shall be homogenous throughout, and shall be free of visible
cracks, holes, foreign materials, blisters, or other deleterious faults. All materials
shall be of the highest quality and highest performance. It shall be the product of a
manufacturer actively engaged in research, development, and the manufacturer of
said materials.
3. CONSTRUCTION METHODS
3.1 Pipe Jointing: Sections of the polyethylene (PE) liner pipe shall be joined by the
butt-fusion method and performed in strict conformance with the pipe manufacturer's
recommendations using approved equipment. The Contractor shall make
arrangements to have a technical representative of the pipe manufacturer present for
the start-up of the butt-fusion jointing and training of the contractor's personnel, or
arrangements shall be made for the pipe manufacturer's representative to remain on
the job until all jointing has been completed. When requested by the Engineer,
samples of butt-fusion joints shall be furnished by the contractor for laboratory
027618
Page 1 of 4
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
testing. The test of such samples shall clearly demonstrate joint integrity, strength,
etc.
3.2 Insertion Pits: The location and number of insertion pits shall be determined by the
Contractor to maximize insertion lengths and keep the number of excavations to a
minimum. The insertion pit size shall be the minimum necessary to perform insertion
operations. Locations of insertion pits shall be acceptable to the Engineer.
Removal of obstructions and point repairs shall be done as necessary. This work
shall be done in accordance with Section 022020 of the City Standard Specifications,
"Excavation and Backfill for Utilities."
3.3 Pulling Pipe: New polyethylene pipe shall be pulled immediately behind the pipe
bursting equipment in accordance with the manufacturer's procedures. The machine
shall be specifically designed and manufactured for the pipe insertion process.
The Contractor shall install all pulleys,rollers,bumpers, alignment control devices,
and other equipment, required to protect existing manholes, and to protect the pipe
from damage during installation. Lubrication may be used as recommended by the
pipe manufacturer.Under no circumstances shall the pipe be stressed beyond 50%of
its tensile strength at yield, that being 22,600 lb. for an 8" SDR 17 pipe. Provide a
suitable pull measuring device connected to the winch or pulling system.
Upon commencement,insertion shall be continuous without interruption,if possible.
Terminal sections of pipe that are joined within the insertion pit shall be connected
with a 1/4"thick neoprene gasket and a stainless steel band clamp having a minimum
of 4 bolt/nut drawn down fixtures. The butt gap between pipe ends shall not exceed
1/2".
The installed pipe shall be allowed the manufacturer's recommended amount of time,
but not less than 24 hours, for relaxation prior to any reconnection of service lines,
sealing of the annulus, or backfilling the insertion pit. Sufficient excess length shall
be allowed to provide for this occurrence.
3.4 Service Connections: All service connections shall be identified, excavated, and
disconnected prior to pipe bursting. After the new main has been pulled into place,
allowed to recover, and secured to the manhole walls, each service shall be
reconnected to the new main. Services shall be connected by the use of an approved
pre-fabricated saddle. The pre-fabricated saddle shall be equipped with a neoprene
gasket installed between the saddle and the liner pipe so that a complete water seal is
accomplished when the two-piece saddle is placed around the polyethylene pipe and
pulled together with stainless steel bands. Drill hole in main shall be flush with the
inside diameter of the saddle. Continuous service shall be maintained.
027618
Page 2 of 4
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
3.5 Annulus Sealing: The relaxed pipe shall be cut 4"inside of manholes and any annular
space sealed. The annular space may be sealed with a mechanical device, chemical
seal,or quick-setting concrete. The method chosen shall be approved by the Engineer
prior to construction. The sealant shall extend at least 8-inches past the outside of the
manhole wall. The sealant shall form a smooth transition above the liner projection
into the manhole. The sealant shall be applied 3" beyond the annulus on the inside
wall of the manhole. The complete joint shall be uniform and water-tight.
3.6 Backfill: The insertion pit(s) shall be backfilled with an approved granular material
from the invert to a minimum of 12" above the pipe. The balance of the insertion pit
may be backfilled using approved material taken from the excavation.All backfilling
shall be accomplished in such a manner as to achieve a 95% Standard Proctor
density.
3.7 By-Pass Wastewater Flows: It shall be the responsibility of the Contractor to maintain
continuous flow of wastewater, during execution of work. This includes flow of all
mains, laterals, and services. Pumps and by-pass lines shall be of adequate capacity
to handle all flows. Dumping of raw sewage on private or city property shall not be
allowed.By-pass shall be made by pumping the sewage into the downstream manhole
or adjacent system, or other methods as may be approved by the Owner and the
Engineer. All bypass pumping must be per City Standard Specification Section
027200 "Control of Wastewater Flows."
4. DELIVERY, STORAGE AND HANDLING OF MATERIALS:
The Contractor shall be responsible for all handing and security of the materials.
5. CLEANUP:
The Contractor shall clean up the area around the work area and restore surface improvements to a
like or better condition as existed prior to construction. All pavement shall be repaired as specified.
All broken pipe and other unwanted material shall become property of the Contractor and hauled off
and disposed by the Contractor.
6. TELEVISION INSPECTION:
Television inspection of pipeline shall be performed by experienced personnel,in accordance with
City Standard Specification 027611. Television inspection shall be per the following:
Post Construction video DVD of each wastewater line shall include voice description and stationing
of each service indicated. Data and stationing shall be visually displayed on video.
By-pass or diversion of flow shall be done by the Contractor as necessary to obtain acceptable video.
027618
Page 3 of 4
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
If any portion of the inspection DVD be deemed inadequate by the City,the Contractor shall re-video
that portion to the satisfaction of the City at no additional expense to the City. DVDs of all work
shall be furnished to the City prior to acceptance of work. One copy shall become property of The
City and retained by the City.
7. TESTING:
After the proposed line has been completed, internally inspected with video camera and record as
required. DVD shall be furnished to the City prior to acceptance of work.
Manholes and services are to be tested as described elsewhere.
8. MEASUREMENT AND PAYMENT:
Unless indicated otherwise in the Bid Form, Wastewater Rehabilitation / Pipebursting will be
measured by the linear foot for each size and depth range installed. Payment shall include,but not be
limited to, all materials, labor, equipment and incidentals required for(other than pavement repair)
trenching,installing the new line, surface restoration,clean-up,televised inspection,and other work
as may be required.
027618
Page 4 of 4
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
Block Soddin . 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 pen-nanent 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(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 5O4.
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
TABLE 1
Coarse Aggregate Gradation Chart
Percent Retained on Each Sieve
Aggregate Nominal 2-�/z 2 1-�/z 1 3/4 1/2 3/8
Grade No. Size In. In. In. In. In. In. In. No. 4 No. 8
1 2 in. 0 0 to 15 60 to 95 to
20 to 80 100
50
2 (467)* 1-'h in. 0 0 30 to 70 95 to
to 65 to 100
5 90
4 (57)* 1 in. 0 0 40 90 to 95 to
to to 100 100
5 75
8 3/8 in. 0 0 to 35 to 90 to
5 80 100
*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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
TABLE 3
Slump Requirements
Concrete Designation Desired Slump Max. Slump
Structural Concrete:
(1) Thin-Walled Sections (9" or less) 4 inches 5 inches
(2) Slabs, Caps, Columns,Piers,
Wall Sections over 9", etc. 3 inches 4 inches
Underwater or Seal Concrete 5 inches 6 inches
Riprap, Curb, Gutter and Other
Miscellaneous Concrete 2.5 inches 4 inches
NOTE: No concrete will be permitted with slump in excess of the maximums shown.
8. QUALITY OF CONCRETE
General
The concrete shall be uniform and workable. The cement content, maximum allowable water-
cement ratio, the desired and maximum slump and the strength requirements of the various classes
of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein.
During the process of the work, the Engineer or his designated representative will cast test cylinders
or beams as a check on the compressive or flexural strength of the concrete actually placed. Test
cylinders must be picked up by the testing lab within 24 hours.
A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the
case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or
Tex-420-A.
Test beams or cylinders will be required as specified in the contract documents. For small
placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary
the number of tests to a minimum of one for each 25 cubic yards placed over a several day period.
All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework
shall be cured using the same methods, and under the same conditions as the concrete represented.
"Design Strength"beams and cylinders shall be cured in accordance with THD Bulletin C-11.
The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for
the purpose of curing test specimens. Provision shall be made to maintain the water in the curing
tank at temperatures between 70°F and 90°F.
When control of concrete quality is by twenty-eight-day compressive tests, job control will be by
seven-day compressive tests which are shown to provide the required twenty-eight-day strength,
based on results from trial batches. If the required seven-day strength is not secured with the
030020
Page 8 of 13
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
cement specified in Table 4, changes in the batch design will be made.
TABLE 4
Classes of Concrete
Minimum
Class Compressive Min. Beam Maximum Coarse
of Sacks Cement Strength(f c) Strength Water-Cement Aggregate
Concrete per C.Y. (min.) 28-Day(psi) 7-Day(psi) Ratio (gal/sack) No.
A* 5.0 3000 500*** 6.5 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 11 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**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 perfonning 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 coulter 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. 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
The nominal size and area and the theoretical weight of reinforcing steel bars covered by this
specification are as follows:
Nominal Weight per
Bar Size Diameter, Nominal Area, Linear Foot,
Number In. S-q. In. Pounds
2 0.250 0.05 0.167
3 0.375 0.11 0.376
4 0.500 0.20 0.668
5 0.625 0.31 1.043
6 0.750 0.44 1.502
7 0.875 0.60 2.044
8 1.000 0.79 2.670
9 1.128 1.00 3.400
10 1.270 1.27 4.303
11 1.410 1.56 5.313
14 1.693 2.25 7.6
18 2.257 4.00 13.60
Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No.
4 shall be designated by diameter in inches.
When wire is ordered by gauge numbers, the following relation between gauge number and
diameter, in inches, shall apply unless otherwise specified:
Equivalent Equivalent
Gauge Diameter, Gauge Diameter,
Number Inches Number Inches
0 0.3065 8 0.1620
1 0.2830 9 0.1483
2 0.2625 10 0.1350
3 0.2437 11 0.1205
4 0.2253 12 0.1055
5 0.2070 13 0.0915
6 0.1920 14 0.0800
7 0.1770
032020
Page 2 of 6
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
4. TOLERANCES
Fabricating tolerances for bars shall be within 3 percent of specified or as follows:
Plan Diemen. = 3/4" _1
7/8" Bar or Smollar--Plan- Dimon. ; 1/27
h 1" Bar or Larger--Pian. Mmen. ; 1�
3✓
1-1= over 6"--aemen.+ Zero or -I/Z7
K = 6 a-`nd less-Dimon. • Zero or
14
7/8" Bar or Smaller--Pion Dimon_ ; 1/20
r
l" Bar or 1_arger-Place Diemen. s I"
piral or
Circular Tie
Tie: or
Stirstap
gPIonDimon;-*-IY Plan Cm-=L=1/2
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 4of6
Rev.10-30-2014
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SECTION 37040
EPDXY COMPOUNDS (5-44)
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 (600
of tack free time, where the tack free time is the period of time
from initial mixing of the two components until the thin film of
epoxy hardens) are provided below. The allowable times must be
037040
2/20/9
Page 1 of 2
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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
90°F 40 min.
80°F 12 hrs.
70°F 22 hrs.
60°F 32 hrs.
If the allowable period of time is allowed to elapse before concrete overlay
can be placed, another layer of epoxy shall be applied prior to placement of
the concrete.
(2) Epoxy Grout for patch to non-horizontal surfaces to concrete:
a. Surface Preparation: The surface shall be prepared as described in
(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.
037040
2/20/9
Page 2 of 2
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 I-a and Class I-b joint materials,when tested in
accordance with TxDOT Test Method Tex-525-C, shall meet the above curing times
and the following requirements:
It shall be of such consistency that it can be mixed and poured, or mixed and
extruded into joints at temperatures above 60 degrees F.
Penetration, 77°F.:
150 gm. cone, 5 sec., max., cm.................. 0.90
Bond and Extension 75%, O°F, 5 cycles:
Dry Concrete Blocks............................ Pass
Wet Concrete Blocks............................ Pass
Steel Blocks...(Primed if specified by mann£). Pass
Flow at 200°F................................. None
Water Content%by weight, max................. 5.0
Resilience:
Original sample min. % (cured)................. 50
Oven aged at 158°F min. % .................... 50
For Class 1-a Material Only:
Cold Flow (10 min.)............................ None
(c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016-inch asphalt
impregnated paper,filled with a mastic mixture of asphalt and vegetable fiber and/or mineral
filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested
in accordance with TxDOT Test Method Tex-524-C,the asphalt board shall not deflect from
the horizontal more than one inch in three and one-half inches (I" in 3%2").
(d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed-
cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the
dimensions shown on plans.
Filler material shall have the following physical properties and shall meet the requirements of
ASTM Designation: D 1752"Standard Specification for Preformed Sponge Rubber and Cork
Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where
applicable:
038000
Page 2 of 19
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
PROPERTY METHOD REQUIREMENT
Color ASTM D1752, Type 1 Black
Density ASTM D1752, Type 1 40 lb./ft' Min.
Recovery ASTM D 1752, 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 j oints 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 j oint shallbe
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 j oint 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 j ob
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(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, forins shall be filleted at all sharp
corners and edges with triangular chainfer 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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-Aizitated Concrete:
Above 80 degrees F 15 minutes
Up to 80 degrees F 30 minutes
AOtated 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 forins 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 j oint. 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 forins. 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(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
pennission 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 11 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 I 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
(1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the
water or saturated granular material.
(3) Membrane Curing. This consists of curing concrete pavement,concrete pavement(base),curbs,
gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement-stabilized riprap,
concrete structures and other concrete as indicated on the plans by impervious membrane method.
Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane
curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be
required for slab concrete in bridge decks and top slabs of direct traffic culverts.
TABLE 1
REQUIRED PERMITTED
MEMBRANE MEMBRANE
STRUCTURE UNIT WATER FOR WATER FOR
DESCRIPTION FOR INTERIM FOR INTERIM
CURING CURING CURING CURING
1 Top slabs of direct
traffic culverts 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.). X
Other superstructure
concrete (wing walls,
parapet walls, etc.)
3 Concrete pavement
(base), curbs, gutters,
retards, sidewalks,
driveways, medians, X* X*
islands, concrete
structures, concrete
riprap, etc.
4 All substructure
concrete, culverts, box
sewers, inlets, X* X*
manholes, retaining
walls
*Polyethylene sheeting, burlap-polyethylene mats or laminated mats to prevent outside air
from entering will be considered equivalent to water or membrane curing for items 3 and 4.
038000
Page 16 of 19
Rev.3-25-2015
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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 uniforrn 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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
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:AEFC6490-2E25-4C36-A61D-EC5890D02F11
• GEOTECHNICAL ENGINEERING
1tGEOTECHNICAL
• MATERIALS ENGINEERING &TESTING
r,� • SOILS • ASPHALT • CONCRETE
SUBSURFACE INVESTIGATION AND RECOMMENDATIONS
FOR THE PROPOSED
NORTH LEXINGTON BOULEVARD RECONSTRUCTION
HOPKINS ROAD TO LEOPARD STREET
CORPUS CHRISTI, TEXAS
BOND 2018 STREET PROJECTS, PROJECT NUMBER 18028A
RETL REPORT NUMBER: G119419
PREPARED FOR:
CITY OF CORPUS CHRISTI
ENGINEERING SERVICES DEPARTMENT
1201 LEOPARD STREET
CORPUS CHRISTI, TEXAS 78401
y. JULY 28, 2020
PREPARED BY:
l , ROCK ENGINEERING & TESTING LABORATORY, INC.
u
Y,
6817 LEOPARD STREET
r
CORPUS CHRISTI, TEXAS
78409
P: (361) 883-4555; F: (361) 883-4711
TBPE FIRM NO. 2101
r„
r ,
i
r „ '„h ewraaiiirrmir, i
Ii
DocuSign Envelope ID:AEFC6490-2E25-4036-A61D-EC5890D02F11
Gr-()'rECH1N1CAi ENGNEERNG,
0 0 CONSTRUCTION MATERIALS
I EINGIINEERiNG&TESTNG
y y
Sm-� - ASPHAur - CO,NCRETF.
0
July 28, 2020
City of Corpus Christi — Engineering Services Department
1201 Leopard Street
Corpus Christi, Texas 78401
Attention: Mr. J.H. Edmonds, P.E.
Director of Engineering Services
SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND
PAVEMENT RECOMMENDATIONS
FOR THE PROPOSED
NORTH LEXINGTON BOULEVARD RECONSTRUCTION
HOPKINS ROAD TO LEOPARD STREET
Corpus Christi, Texas
Bond 2018 Street Projects, Project Number 18028A
RETL Job No. — G119419
Dear Mr. Edmonds,
In accordance with our agreement, we have conducted a subsurface investigation, laboratory
testing program, and pavement evaluation for the above referenced project. The results of this
investigation, together with our recommendations, are to be found in the accompanying report,
one electronic copy of which is being transmitted herewith for your records and distribution to
the design team.
Often, because of design and construction details that occur on a project, questions arise
concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL), Texas
Professional Engineering Firm No. —2101, would be pleased to continue its role as Geotechnical
Engineer during the project implementation.
RETL also has great interest in providing materials testing and observation services during the
construction phase of this project. If you will advise us of the appropriate time to discuss these
engineering services, we will be pleased to meet with you at your convenience. If you have any
questions, or if we can be of further assistance, please contact us at (361) 883-4555.
Sincerely,
Mark C. Rock, P.E.
Senior Consultant
RocK ENGINEERING &TEsTiNG LABORATORY, INC.
wwwrocktesting.
corn
6817 Uopokn S'rnev-C uq PUS CHAMV,TEXAS 78409.17013 108,56, AN ALE.ST),SAN krromo,'rEXAZ 78216.3625
Oimm(361) 883-4555- Fkx: (361)883-4711 OFPCE:(2'101)4915-80,00- FA2ic (2101)495-8015
No.1 ROUNDIOLLE LANIE - ROUND ROCX,TexAs 78664
OFFICE`(512)284-8022 - FAX:(512)1284-7764
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND
PAVEMENT RECOMMENDATIONS
FOR THE PROPOSED
NORTH LEXINGTON BOULEVARD RECONSTRUCTION
HOPKINS ROAD TO LEOPARD STREET
CORPUS CHRISTI, TEXAS
BOND 2018 STREET PROJECTS, PROJECT NUMBER 18028A
RETL REPORT NUMBER: G119419
PREPARED FOR:
CITY OF CORPUS CHRISTI
ENGINEERING SERVICES DEPARTMENT
1201 LEOPARD STREET
CORPUS CHRISTI, TEXAS 78401
July 28, 2020
PREPARED BY:
ROCK ENGINEERING AND TESTING LABORATORY, INC.
6817 LEOPARD STREET
CORPUS CHRISTI, TEXAS 78409
PHONE: (361) 883-4555; FAX: (361) 883-4711
TEXAS PROFESSIONAL ENGINEERING FIRM NO. 2101
71395
47
Jam s P. Bauer, P.E. Mark C. Rock, P.E.
Corpus Christi Branch Manager Senior Consultant
Cell: 361 502 1996 Cell: 361 438 8755
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F11
TABLE OF CONTENTS
Paae
INTRODUCTION .............................................................................................. 1
Authorization ......................................................................................... 1
Purpose and Scope .............................................................................. 1
General ................................................................................................. 1
DESCRIPTION OF SITE .................................................................................. 2
FIELD EXPLORATION..................................................................................... 2
Scope.................................................................................................... 2
Drilling and Sampling Procedures ......................................................... 3
Field Tests and Measurements ............................................................. 4
LABORATORY TESTING PROGRAM............................................................. 4
SUBSURFACE CONDITIONS.......................................................................... 5
General ................................................................................................. 5
Pavement Observations........................................................................ 5
SoilConditions ...................................................................................... 6
Soil Profile Table................................................................................... 6
Groundwater Observations.................................................................... 8
OSHA Soil Type Classification .............................................................. 8
GEOTECHNICAL DISCUSSION...................................................................... 9
Project Description................................................................................ 9
PVRDiscussion .................................................................................... 9
PAVEMENT RECOMMENDATIONS................................................................ 10
Flexible Pavement Sections.................................................................. 12
RigidPavement Section........................................................................ 13
Subgrade Preparation ........................................................................... 13
Routine Maintenance of Rigid and Flexible Pavement Systems............ 15
CONSTRUCTION CONSIDERATIONS............................................................ 15
Concrete Sitework................................................................................. 15
Earthwork and Foundation Acceptance................................................. 16
GENERAL COMMENTS................................................................................... 16
APPENDIX
Boring Location Plans
Boring Logs B-1 through B-10
Key to Soil Classifications and Symbols
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
INTRODUCTION
This report presents the results of a soils exploration for the proposed North Lexington
Boulevard Reconstruction project extending from Hopkins Road to Leopard Street in Corpus
Christi, Texas. This study was conducted for the City of Corpus Christi.
Authorization
The work for this project was performed in accordance with Rock Engineering and Testing
Laboratory, Inc. (RETL) proposal number P032218D (Revision 1) dated May 17, 2019. The
scope of work was approved and incorporated into a City of Corpus Christi's Agreement for
"Construction Materials Engineering Laboratory's Inspection and Materials Testing Services"
signed by Mr. Jeff H. Edmonds, P.E., Director of Engineering Services for the City of Corpus
Christi and a representative of Rock Engineering and Testing Laboratory, Inc. on July 22 and
July 18, 2019, respectively.
Purpose and Scope
The purpose of this exploration was to determine the existing pavement section thicknesses,
evaluate the soil and groundwater conditions at the project site, and to provide pavement
design and geotechnical recommendations suitable for the proposed project.
The scope of the exploration and analysis included the subsurface exploration, field and
laboratory testing, engineering analysis and evaluation of the subsurface soils within the limits
of the proposed roadway reconstruction, provision of pavement design and geotechnical
recommendations, and preparation of this report.
The scope of services did not include an environmental assessment. Any statements in this
report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions
are strictly for the information of the client.
General
The exploration and analysis of the subsurface conditions reported herein are considered
sufficient in detail and scope to assist the design engineer in selecting suitable pavement
sections for the proposed roadway reconstruction project and to provide the contractors with
information to assist with bidding and design of trench excavation protection. The information
submitted for the proposed project is based on project details provided by the City of Corpus
Christi, and the soil information obtained at the sample locations. If the designers require
additional soil parameters to complete the design of the proposed improvements, and this
information can be obtained from the soil data and laboratory tests performed within the scope
of work included in our proposal for this project, RETL will provide the additional information
requested as a supplement to this report.
Page 1 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
The Geotechnical Engineer states that the findings, recommendations, specifications or
professional advice contained herein have been presented after being prepared in a manner
consistent with that level of care and skill ordinarily exercised by reputable members of the
Geotechnical Engineer's profession practicing contemporaneously under similar conditions in
the locality of the project. RETL operates in general accordance with "Standard Practice for
Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and
Rock as Used in Engineering Design and Construction, (ASTM D3740)." No other
representations are expressed or implied, and no warranty or guarantee is included or
intended.
This report has been prepared for the exclusive use of the City of Corpus Christi. for the specific
application for the North Lexington Boulevard Reconstruction project extending from Hopkins
Road to Leopard Street in Corpus Christi, Texas.
DESCRIPTION OF SITE
The project site consists of an asphaltic concrete roadway featuring one travel lane in each
direction and approximately 20 to 22 feet in width with no shoulders and drainage ditches
approximately 30 to 40 feet from the edge of the roadway. The roadway widens to
approximately 40 feet near the intersection of North Padre Island Drive and features an 8-foot
shoulder with concrete curb along the southbound lane and a 4-foot shoulder along the
northbound lane. Both overhead and below-grade utilities are present within the project site
which extends from Hopkins Road to Leopard Street Lane.
FIELD EXPLORATION
Scope
The field exploration, to evaluate the engineering characteristics of the subsurface materials,
included reconnaissance of the project site, determination of the existing pavement section
thickness, performing the boring operations and obtaining disturbed split spoon samples and
relatively undisturbed Shelby tube samples. During the sample recovery operations, the soils
encountered were classified and recorded on the boring logs in accordance with "Standard
Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D5434)."
Ten borings were performed at this site for the purpose of providing geotechnical information.
A summary of the field investigation, which includes the boring number, location, depth and
Global Positioning System (GPS) coordinates at the boring locations is provided in the table
below.
Page 2 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
Summary of Boring Information
Boring Location Depth (feet) GPS Coordinates (degrees)
B-1 Northbound Lane 25 N 27.75715, W 97.47777
B-2 Southbound Lane 5 N 27.79605, W 97.47675
B-3 Northbound Lane 5 N 27.79504, W 97.47571
B-4 Southbound Lane 25 N 27.79402, W 97.47475
B-5 Northbound Lane 5 N 27.79293, W 97.47366
B-6 Southbound Lane 5 N 27.79188, W 97.47267
B-7 Northbound Lane 25 N 27.79080, W 97.47158
B-8 Southbound Lane 5 N 27.78979, W 97.47065
LB-9 Northbound Lane 5 N 27.78831, W 97.46976
B-10 Southbound Lane 25 N 27.78706, W 97.46963
The GPS coordinates were obtained at the boring locations using a Garmin model eTrex and
are provided in this report and on the boring logs. RETL determined the scope of the field
work, staked the borings in the field, and performed the drilling operations. Upon completion
of the drilling operations and obtaining the groundwater observations, the boreholes were
backfilled with excavated soil and patched. Boring Location Plans are provided in the
Appendix.
The borings performed for this project were used to determine the classification and strengths
of the in-situ soils. The information obtained on the boring logs includes boring location, boring
depth, thickness of pavement constituents, soil classification, soil strengths, laboratory test
results and GPS coordinates obtained using a recreation level GPS at the boring locations.
The boring logs are included in the Appendix.
Drilling and Sampling Procedures
At each boring location, the borings were advanced through the pavement constituents which
were measured in the field and samples of the base material obtained prior to continuation of
the boring. Once the pavement constituents were penetrated and the existing pavement
constituents removed, a drilling rig equipped with a rotary head turning hollow stem augers was
used to advance the boreholes to the desired boring termination depth. Disturbed samples
were obtained employing both split-barrel sampling procedures in general accordance with the
procedures for "Penetration Test and Split-Barrel Sampling of Soils, (ASTM D1586)".
Relatively undisturbed samples were obtained using thin-wall tube sampling procedures in
accordance with the procedures for"Thin Walled Tube Sampling of Soils, (ASTM D1587)." The
samples obtained by this procedure were extruded by a hydraulic ram and classified in the
field.
The samples were placed in plastic bags, marked according to boring number, depth and any
other pertinent field data, stored in special containers and delivered to the laboratory for testing.
Page 3 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
Field Tests and Measurements
Penetration Tests - During the sampling procedures, standard penetration tests (SPT) were
performed to obtain the standard penetration value of the soil. The standard penetration value
(N) is defined as the number of blows of a 140-pound hammer, falling 30 inches, required to
advance the split-barrel sampler 1 foot into the soil. The sampler is lowered to the bottom of
the previously cleaned drill hole and advanced by blows from the hammer. The number of
blows is recorded for each of three successive 6-inch penetrations. The "N" value is the sum
of the second and third 6-inch increment number of blows. An automatic hammer was utilized
when performing SPT. An automatic hammer is usually taken as having an efficiency of one.
The results of standard penetration tests indicate the relative density of cohesionless soils and
comparative consistency of cohesive soils, thereby providing a basis for estimating the relative
strength and compressibility of the soil profile components.
Water Level Observations - Water level observations were obtained during the test boring
operations and are noted on the boring logs provided in the Appendix. In relatively pervious
soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In
relatively impervious soils, a suitable estimate of the groundwater depth may not be possible,
even after several days of observation. Seasonal variations, temperature, land-use, proximity
to a creek, river or bay and recent rainfall conditions may influence the depth to the
groundwater. The amount of water in open boreholes largely depends on the permeability of
the soils encountered at the boring locations.
Ground Surface Elevations - The ground surface elevations were not provided at the boring
locations. Therefore, all depths referred to in this report are from the actual ground surface at
the boring locations during the time of our field investigation.
LABORATORY TESTING PROGRAM
In addition to the field investigation, a laboratory testing program was conducted to determine
additional pertinent engineering characteristics of the subsurface materials necessary in
analyzing the behavior of the pavement systems for the proposed project.
The laboratory testing program included supplementary visual classification (ASTM D2487)
and water content tests (ASTM D2216) on all samples. In addition, selected samples were
subjected to Atterberg limits tests (ASTM D4318), percent material finer than the #200 sieve
tests (ASTM D1140), and unconfined compression strength tests (ASTM D2166). The
estimated shear strength of intact cohesive samples were obtained in the field using a hand
penetrometer.
The laboratory testing program was conducted in general accordance with applicable ASTM
Specifications. The results of these tests are to be found on the accompanying boring logs
and test reports provided in the Appendix.
Page 4 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
SUBSURFACE CONDITIONS
General
The types of soils encountered in the test borings have been visually classified and are
described in detail on the boring logs. The results of the standard penetration tests, pocket
penetrometer tests, water level observations and other laboratory tests are presented on the
boring logs. Representative samples of the soils were placed in polyethylene bags and are
now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, all
samples will be disposed of 3 months after issuance of this report.
The stratification of the soil, as shown on the boring logs, represents the soil conditions at the
actual boring locations. Variations may occur between, or beyond, the actual boring locations.
Lines of demarcation represent the approximate boundary between different soil types, but the
transition may be gradual, or not clearly defined.
It should be noted that, whereas the test borings were drilled and sampled by experienced
drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the
absence of foreign substances, it is also difficult to distinguish between discolored soils and
clean soil fill.
Pavement Observations
During the sample recovery operations, the existing pavement materials were removed and
their thicknesses measured. The boring number and respective thicknesses of pavement
constituents are provided in the following table.
Existing Pavement Constituents
Asphaltic Approximate Base Total
Boring Concrete Base Material Type Layer Thickness Thickness
Thickness (in) (in) (in)
B-1 2.0 Clayey Sand with Gravel (Fill) 10 12
B-2 3.0 Clayey Sand (Fill) 11 14
B-3 2.0 Sand with Gravel (Fill) 11 13
B-4 3.5 Clayey Sand with Gravel (Fill) 8.5 12
B-5 2.0 Sand (Fill) 8 10
B-6 2.5 Sand (Fill) 10.5 13
B-7 2.0 Sand with Gravel (Fill) 11 13
B-8 2.5 Sand (Fill) 13 15.5
B-9 5.0 Sand (Fill) 10 15
B-10 6.5 Clayey Sand with Gravel (Fill) 23.5 30
Page 5 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
The existing pavement constituents may be re-used as stabilized subbase materials provided
a pavement section featuring 8-inches of cement stabilized subbase/subgrade is chosen.
However, it should be noted that re-use of the existing pavement constituents will require 8
inches of additional overexcavation of the in-situ subgrade soils to achieve the desired
subgrade elevation upon placement of cement stabilized materials. Re-use of the pavement
constituents will also require availability of areas to stockpile the excavated existing pavement
materials. In addition, the existing base layer material will not meet the requirements to be
classified as flexible base per TxDOT Item 247, Grade 3, based on RETL's observations.
Existing asphalt pavement and base materials planned for re-use shall be removed and
stockpiled and re-laid in accordance with TxDOT Item 105; "Removing Treated and
Untreated Base and Asphalt Pavement" and TxDOT Item 251; "Reworking Base
Courses'
It should be noted that due to the varying thicknesses, the existing asphalt pavement and
cement stabilized sand thickness will need to be field verified prior to construction in order to
provide specific recommendations regarding the amount of reclaimed asphalt that may be
used. At any location, the ratio of reclaimed asphalt to base material shall not exceed 50
percent.
Soil Conditions
The soil conditions encountered at the project site have been summarized and soil properties
including soil classification, undrained shear strength, angle of internal friction and effective
unit weight are provided in the following tables.
Soil Profile Table 1: B-1 through B-5
D Description LL PI C Ye Ka Kp
0-1 HMAC and BASE Not Applicable
0-7 Lean CLAY/CLAYEY Sand 24-45 9-29 1,700 0 120 0.50 2.00
7-13 CLAYEY Sand / Lean CLAY -- -- 500 0 115 0.53 1.90
13-17 CLAYEY Sand / Lean CLAY -- -- 500 0 55 0.53 1.90
17-23 Poorly Graded Sand -- -- -- 33 55 0.30 3.39
23-25 Fat CLAY/CLAYEY Sand -- -- 1,600 0 60 0.50 2.00
Page 6 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
Soil Profile Table 2: B-6 through B-10
D Description LL PI C Ye Ka Kp
0-1 HMAC and BASE Not Applicable
0-7 Lean CLAY/CLAYEY Sand 24-459-29 1,700 0 120 0.50 2.00
7-13 CLAYEY Sand / Lean CLAY -- -- 500 0 115 0.53 1.90
13-17 CLAYEY Sand / Lean CLAY -- -- 500 0 55 0.53 1.90
17-25 Sandy Fat CLAY CLAYEY Sand -- -- 1,800 0 60 0.50 2.00
Where:
D = Depth in feet below existing grade
LL = Liquid limit(%)
PI = Plasticity index
C = Soil Cohesion, psf(undrained)
=Angle of Internal Friction, deg. (undrained)
ye= Effective soil unit weight, pcf
Exceptions to the above soil profile table exist and are noted on the Boring Logs. The
contractor should; be made aware that cement stabilized subbase may be encountered
at the southern end of the project site near Hopkins Road as approximately 2 feet of
cement stabilized sand was encountered in B-10 beneath 6'/2 inches of asphalt
pavement. Detailed descriptions of the soils encountered at the boring locations are provided
on the boring logs included in the Appendix.
The trench protection should be designed to provide the most conservative design
given the design parameters provided in the tables above.
It should be noted that the values for the design of braced excavations provided in the table
above are based on the soil strengths and soil densities encountered in the field and generally
accepted empirical formulas correlating undrained shear strengths to drained shear strengths
and the corresponding angle of internal friction for clay soils.
The active and passive earth pressure coefficients were calculated using the drained angle of
internal friction as recommended in "FOUNDATION ANALYSIS AND DESIGN," written by Mr.
Joseph Bowles where he states, "Drained soil parameters for stiff clays and �-C soils in general
may be appropriate for lateral pressures behind braced walls where the excavation is open for
a considerable length of time."
Page 7 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
Groundwater Observations
Groundwater (GW) observations and the depth the borings caved are provided in the following
table.
Groundwater(GW)Observations
Boring During Drilling (feet) Upon Completion (feet)
B-1 15 Dry and Caved at 13 feet
B-2* Dry Dry and Open
B-3* Dry Dry and Open
B-4 14.5 Dry and Caved at 10 feet
B-5* Dry Dry and Open
B-6* Dry Dry and Open
B-7 16 Dry and Caved at 13.5 feet
B-8* Dry Dry and Open
B-9* Dry Dry and Open
B-10 14.5 Wet and Caved at 13 feet
'Boring terminated at a depth of 5 feet.
Based on observations made in the field during drilling and moisture contents obtained in the
laboratory, it appears as if groundwater is near the 13 to 15-foot depth below the ground surface
at the time of our field investigation.
Water levels in open boreholes may require several hours to several days to stabilize
depending on the permeability of the soils and that groundwater levels at this site may be
subject to seasonal conditions, recent rainfall, and drought or temperature effects and proximity
to large bodies of water.
OSHA Soil Type Classification
The table below provides a summary of the OSHA Soil Type Classification for the soils
encountered at this site to a depth of 20 feet at the boring locations.
OSHA Soil Type Classification
D OSHA Soil Type Classification
0-7 Type B
7-13 Type C
13-17 Type C
17-20 Type C
Page 8 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
It should be noted that the contractor's "competent person" shall make the final determination
of the OSHA Soil Type during excavation of the soils at the jobsite. Trench excavation for
depths greater than 20 feet shall be designed by a professional engineered registered in the
State of Texas.
The maximum allowable slopes during construction for OSHA soil types are provided in the
following table.
Guidelines for Maximum Allowable Slopes
Soil or Rock Type Max.Allow. Slopes for Excavations <Than 20' Deep
Stable Rock Vertical
Type A 3/ Horizontal: 1 Vertical
Type B 1 Horizontal: 1 Vertical
Type C 1'/z Horizontal: 1 Vertical
Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not
take into account any recent revisions or the stability of long-term unprotected slopes. Long-
term unprotected slopes will likely require flatter slopes. The guidelines presented herein for
slopes does not imply RETL is taking responsibility for construction site safety, this
responsibility falls entirely upon the contractor and his responsible person. RETL is assuming
that the contractor will comply with all rules, ordinances and other requirements to comply with
safe construction practices.
GEOTECHNICAL DISCUSSION
Project Description
Based on information provided to RETL, the project will include the complete reconstruction of
approximately 4,005 linear feet of North Lexington Boulevard extending from Hopkins Road to
Leopard Street. The new roadway will be widened an additional 4 feet in each direction. The
roadway reconstruction project will also include new curbs and gutters, sidewalks, and water,
wastewater, storm water and gas improvements.
PVR Discussion
The laboratory test results indicate that the subsoils in the active zone at this site are high in
plasticity. The maximum calculated total potential vertical rise (PVR) at this site is on the
order of 1% to 1% inches. The PVR was calculated using the Texas Department of
Transportation Method TEX-124E and took into account the depth of active zone, estimated to
extend to a depth of 13 feet, and the Atterberg limits test results of the soils encountered within
the active zone.
Page 9 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
The estimated PVR value provided is based on the pavement system applying a sustained
surcharge load of approximately 1.0 pound per square inch on the subgrade soils. The value
represents the vertical rise that can be experienced by dry subsoils if they are subjected to
conditions that allow them to become saturated, such as poor drainage. The actual movement
of the subsoils is dependent upon their change in moisture content. Differential vertical
movements can potentially be equal to the expected total movements. Differential vertical
movements associated with the soils at this site may occur over a distance of 10 feet, or
approximately the depth of the active zone.
PAVEMENT RECOMMENDATIONS
In designing the proposed roadway, the existing subgrade conditions must be considered
together with the expected traffic use and loading conditions.
The conditions that influence pavement design can be summarized as follows:
• Bearing values of the subgrade. These can be represented by a California Bearing
Ratio (CBR)for the design of flexible pavements, or a Modulus of Subgrade Reaction
(K) for rigid pavements.
• Vehicular traffic, in terms of the number and frequency of vehicles and their range of
axle loads.
• Probable increase in vehicular use over the life of the pavement.
• The availability of suitable materials to be used in the construction of the pavement and
their relative costs.
Specific laboratory testing to define the subgrade strength (i.e. CBR/K values) has not been
performed for this analysis. Based upon local experience, soil classification, and
laboratory testing the estimated CBR and K values for the predominate natural surficial
sandy lean clay and clayey sand soils encountered at this site is, 5 and 140 pci,
respectively.
The Average Daily Traffic (ADT) numbers utilized for this project were provided by the City of
Corpus Christi in a report submitted by Maldonado-Burkett, LLP, which was utilized to
determine the percent trucks. Given the ADT counts provided, the 30-year traffic projections
to determine vehicles per design lane were calculated by taking into account the following
considerations indicated in the table below.
Page 10 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
Design Parameter to Calculate 18-kip Equivalent Axle Loads
Design Parameters North Lexington Boulevard
Limits: Hopkins Road to Leopard Street
Percent Growth 2.0
Percent Trucks 9
Directional Traffic Distribution 78/22
Design Lane Traffic Distribution 100
Terminal Serviceability Index 2.5
Traffic Counts Provided by City of Corpus Christi 2,031; Average Vehicles per Day
Bi-Directional 3/6/2019
If the owner or consultant provides design considerations that conflict with those assumed
above, then RETL should be given the opportunity, prior to final issue of the plans and
specifications, to determine if supplemental recommendations are warranted.
Due to the directional traffic distribution and relatively high truck percentage in the
southbound direction, RETL performed a supplemental traffic count over the duration
of one hour on September 12, 2019. At this time, RETL observed nearly 100 percent of
the south bound trucks entering North Lexington Boulevard from North Padre Island
Drive (NPID). Based on RETL's observations, it is recommended that additional traffic
counts be performed with separate monitoring stations located north and south of the
intersection of NPID. As the heavier traffic loading appears to occur between NPID and
Hopkins Road, two different pavement sections could be utilized for the sections of road
north and south of NPID, resulting in substantial cost savings for the project.
Design parameters utilized in design of the recommendation pavement sections and including
the calculated rigid and flexible 18-kip Equivalent Single Axle Loads (ESALs), calculated
required structural number and rigid pavement thicknesses for North Lexington Boulevard with
limits from Hopkins Road to Leopard Street are provided in the table below.
Summary of Flexible Pavement Design Parameters
North Lexington Boulevard (Limits: Hopkins Road to Leopard Street)
Design Life (years) 30
Reliability (percent) 95
Initial Serviceability 4.2
Standard Deviation 0.45
ESALs* 5,567,107
Modulus of Subgrade 5,842
Required SN 5.23
Page 11 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
Summary of Rigid Pavement Design Parameters
North Lexington Boulevard (Limits: Hopkins Road to Leopard Street)
Design Life (years) 30
Reliability (percent) 90
Initial Serviceability 4.5
Standard Deviation 0.39
ESALs* 8,874,248
Composite K Value (pci) 300
Concrete Modulus of Rupture 640
Load Transfer Coefficient 3.2
Flexible Pavement Sections
The recommended rigid and flexible pavement sections calculated using the American
Association of the State Highway and Transportation Officials, "GUIDE FOR DESIGN OF
PAVEMENT STRUCTURES," are provided in the following table.
Recommended Flexible Pavement Sections
North Lexington Boulevard (Limits: Hopkins Road to Leopard Street)
Constituents Option 1 Option 2 Option 3 Option 4
F-
HMAC (in) 7 7 7 7
Aggregate Base (in) 11 11 7 13
Geogrid TX5 No TX5 TX5 No
Cement Stabilized 8 No 8 No
Subbase/Subgrade (in)
Calculated SN 5.28 5.36 5.36 5.28
F- Min. Required SN 5.23 5.23 5.23 5.23
Use Option 1 per comments received from the City of Corpus Christi on 12/24/2020
RETL recommends placing a single course surface treatment underseal, a prime coat (MC-30
or MC-70), or both, on the finished flexible base material prior to placing the HMAC courses.
A single course surface treatment underseal should be utilized if opened to traffic.
Hot mix asphaltic concrete should meet the requirements set forth in TxDOT Item 340; Type D
and Type B surface and base courses, respectively. Maximum thicknesses of HMAC
placement for the types of HMAC recommended are provided in the following table.
Page 12 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
Minimum/Maximum Recommended HMAC Compacted Lift Thickness
HMAC Mixture Type Minimum Compacted Maximum Compacted Lift
Lift Thickness in Thickness in
Type D HMAC 1.5 3
Type B HMAC 2.5 5
Rigid Pavement Section
The use of concrete for paving has become more prevalent in recent years due to a decrease
in the material cost of concrete and to the long-term maintenance cost benefits of concrete
pavement compared to asphaltic pavements. The table below provides the recommended rigid
concrete pavement section.
Recommended Rigid Pavement Section
North Lexington Boulevard (Limits: Hopkins Road to Leopard Street)
Reinforced Concrete (in) 11
Aggregate Base (in) 6
Beneath rigid pavement sections, aggregate base shall consist of a TxDOT Item 247
Type A Grade 1-2 crushed limestone base material shall be compacted to a minimum of
98 percent of the standard Proctor test (ASTM D698) and within 1'/z-percentage points
of the optimum moisture content when utilized within a rigid concrete pavement section.
The concrete pavement should be properly reinforced and jointed, as per ACI, and should have
a minimum average 28-day flexural and compressive strength of 640 and 4,500 psi,
respectively, in accordance with TxDOT Item 360. Expansion joints, if used, should be sealed
with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant
concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned and
sealant should be installed without overfilling before pavement is opened to traffic.
Subgrade Preparation
In areas where the pavements will be constructed after all existing roadway materials have
been removed to the desired subgrade elevation, the subgrade shall be proofrolled in
accordance with Texas Department of Transportation Standard Specification Item 216;
"PROOF ROLLING". The equipment performing the proof rolling shall be a pneumatic tire roller
with minimum weight of 25 tons and maximum weight of 50 tons. The roller shall meet the
requirements of Texas Department of Transportation Standard Specification Item 210; Section
210.2.D, "Pneumatic Tire Rollers." The contact pressure shall be less than or equal to 150 psi
for a pneumatic tire roller that weighs between 25 to 50 tons. A pneumatic tire roller weighing
between 25 to 50 tons is a "Heavy Pneumatic".
Page 13 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
Any soft areas identified shall be removed to firm soils and replaced with properly compacted
"Select Fill" soils. If no soft clay or other unsuitable areas are encountered then the subgrade
soils shall be compacted to a minimum of 95 percent of the maximum dry density, as
determined by the standard Proctor (ASTM D698), and at, or above the optimum moisture
content.
Upon completion of the raw subgrade preparation, either cement stabilization, in accordance
with the recommendations herein, or a layer of the specified geogrid shall be placed on the
properly prepared raw subgrade and shall extend outside the limits of the crushed limestone
base material, or to the limits dictated by the City of Corpus Christi, whichever is greater. The
geogrid shall be placed in accordance with the manufacturer's recommendations.
Select Fill - Imported "Select Fill" material used at this site shall be homogenous, free from
organics, and clay balls, and other deleterious materials and shall have a maximum liquid limit
of 40 percent and a plasticity index (PI) between 7 and 18. The select fill soils shall have a
minimum of 35 percent passing the No. 200 sieve and no soil particles exceeding 1'/2 inches
will be permitted. The fill should be placed in no greater than 8-inch thick loose lifts and
compacted to a minimum density of 95 percent of the maximum dry density, as determined by
the standard Proctor test (ASTM D698), and at, or above, the optimum moisture content.
Cement Stabilization —Where cement stabilization is to be performed, the exposed subgrade
soils should then be cement stabilized with approximately 4 percent cement, based on the
maximum dry unit weight of the soils as determined by the standard Proctor test (ASTM D698).
The cement stabilized scarified material shall be compacted to a minimum density of 95 percent
of the standard Proctor test (ASTM D698) and within ±2-percentage points of the optimum
moisture content. Cement stabilization shall be performed in accordance with Texas Standard
Specifications 2014; Item 275, "CEMENT TREATMENT (ROAD MIXED)."
Prior to construction of the new pavement section, further testing will be required to
quantify the actual asphalt percentage of the reclaimed and stockpiled materials. Any
deficiencies in the thickness of the recycled material subbase may be supplemented
with the addition of a Type A Grade 1 crushed limestone or other material as specified
by the engineer.
Aggregate Base - The flexible base materials utilized shall meet the minimum physical
requirements for TxDOT Item 247, Type A, Grade 1-2. Base materials in flexible pavement
areas should be placed in maximum 8-inch thick loose lifts and compacted to a minimum
density of 98 percent of the maximum dry density, as determined by the modified Proctor test
(ASTM D1557), and within 1 '/2-percentage points of the optimum moisture content.
Any other pay items not specifically referenced shall be either City of Corpus Christi
specifications or TxDOT specifications. All TxDOT specifications are referenced from the 2014
Texas Department of Transportation, "STANDARD SPECIFICATIONS FOR CONSTRUCTION
AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES."
Page 14 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
Allowances for proper drainage and proper material selection of base materials are most
important for performance of asphaltic pavements. Ruts and areas that hold water in asphalt
pavements allow for quick deterioration of the pavement primarily due to saturation of the
underlying base and subgrade.
Routine Maintenance of Rigid and Flexible Pavement Systems
The pavement sections provided in this report are designed based 18-kip equivalent single axle
loads over the design life. During the design life, the roadway will require routine maintenance
such as crack sealing and seal coats for flexible pavements and joint maintenance for rigid
pavement sections. Without proper maintenance moisture infiltration into the base material
and subgrade will result in rapid deterioration of the pavement system. RETL recommends
that the City of Corpus Christi protect their investment by incorporating an aggressive
maintenance program.
CONSTRUCTION CONSIDERATIONS
Concrete Sitework
Concrete sitework such as pavement, curbs, driveway approaches, sidewalks, etc. will be
subject to movements when constructed over moderately plastic soils. Changes in moisture
content cause volumetric changes resulting in differential movements of the sitework
particularly in areas where non-cohesive materials overlay clay subgrade soils and in areas
where improperly compacted soil backfill is placed, such as behind curbs.
Provisions in the site development should be made in order to maintain relative uniform
moisture contents of the supporting soils. A number of measures may be used to attain a
reduction in subsoil moisture content variations, thus reducing the soil's shrink/swell volume
change potential. Some of these measures are outlined below.
• During construction, a positive drainage scheme should be implemented to prevent
ponding of water on the subgrade.
• Pavements should be designed to drain quickly with a minimum positive slope of 1
percent. Green areas such as landscape islands should incorporate a 12-inch
compacted clay cap at the surface and the header curbs should penetrate 1 foot into
natural in-situ clay soils to prevent moisture from entering the pavement base
materials.
• After construction of the curbs, backfill consisting of cohesive soils should be placed
and properly compacted as soon as reasonably possible to minimize the potential
for water to pond behind the curbs and saturate the roadway base and subgrade.
All project features beyond the scope of those discussed above should be planned and
designed similarly to attain a region of relatively uniform moisture content within the subgrade
soils and sitework areas. Poor drainage schemes are generally the primary cause of pavement
and concrete sitework problems on clay soils.
Page 15 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds, P.E. Hopkins Road to Leopard Street
RETL Job Number G119419 City of Corpus Christi
Earthwork and Foundation Acceptance
Exposure to the environment may weaken the soils if excavations remain open for long periods
of time. Therefore, it is recommended that all excavations be extended to final grade and the
utilities, boxes, and manholes be installed as soon as possible to minimize potential damage
to the bearing soils. The bearing level should be free of loose soil, ponded water or debris and
should be observed by the Geotechnical Engineer, or his designated representative.
Concrete, pavement constituents, bedding materials and backfill materials should not be
placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened
by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the
excavation and replaced with properly compacted fill.
The Geotechnical Engineer or his designated representative should monitor the
placement of roadway constituents, bedding material, backfill and backfill behind the
curb. Any areas not meeting the required compaction should be recompacted and
retested until compliance is met.
GENERAL COMMENTS
If there are any revisions to the plans for the proposed project, or if deviations from the
subsurface conditions noted in this report are encountered during construction, RETL should
be retained to determine if changes in the recommendations are required. If RETL is not
retained to perform these functions, RETL will not be responsible for the impact of those
conditions on the performance of the project.
It is recommended that RETL be retained to provide observation and testing during the
construction of the proposed project. RETL cannot accept any responsibility for any conditions
which deviate from those described in this report, nor for the performance of the project if not
engaged to also provide construction observation and testing. If it is required for RETL to
accept any liability, then RETL must agree with the plans and perform such observation during
construction as we recommend.
All sheeting, shoring, and bracing of trenches, pits and excavations should be made the
responsibility of the contractor and should comply with all current and applicable local, state
and federal safety codes, regulations and practices, including the Occupational Safety and
Health Administration.
Page 16 of 16
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
t GE(M ECHWAL EtqcimEEAw(�
0 CONSI-RUCWN MATERIALS
ENGINEERIING &TE5,TMG
Sans - ASPHAILI CONCRETE
BORING LOCATION PLAN I
.............
N'm
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds Hopkins Road to Leopard Street
RETL Job Number: G119419 Corpus Christi, Texas
RocKE,NG 11REERING &TESTING LABORATORY, INIC,
www,rocktestiinig.com
6817 LEOPARD STREET-CORPUS CHms-n,TEXAs 78409-17013 101856 VANDALE ST,SmiApawo,TEXAS 78216-3625
OFFICE:(3161)883-4555. FW (3,611)883-4711 OFRM(21!0)495-8000,, FAx: (210)495-8015
No.1 ROUNDOLIE LANE - AoUND IRocK,TExAs 78664
OFFIM (512)284-8022, -, FAX: (512)284-7764
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
T Eati"("ME N1WAL EtgcimE1mwp
0 CON SI-RU WN MATERIALS
BORING LOCATION PLAN 2
r"
0
!
U lull
r �
I
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds Hopkins Road to Leopard Street
RETL Job Number: G119419 Corpus Christi, Texas
RocKE,NG 11NEERING &TESTING LABORATORY, INIC„
www,rocktestiinig.com
8817 LEOPARD STREET-CORPUS CIHms-n,, EXAs 78409-17013 101856 VddDME STPSA,iiApYwo,TEXAS 78216-3625
OFFICE:(381)883-4555. Eaux: (8,81)883-4711 OFRM(2110)495-8000,, PX: ('210)495-8015
N .1 F1OUNDOLIE LANE µ AoUN a I ocK,T xAs 28661
FFN : (512)284.8022 FAX: (512)284-7264
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
t GE(M ECHWAL EtqcimEEmw�
0 CONUCWN MATERIALS
ENGINEERIING &TEsTMG
Scms - ASPHAILI CONCRETE
BORING LOCATION PLAN 3
Dial � iiII
July 28, 2020 NORTH LEXINGTON BOULEVARD RECONSTRUCTION
Attn: Mr. J.H. Edmonds Hopkins Road to Leopard Street
RETL Job Number: G119419 Corpus Christi, Texas
RCCS E,NG 11NEERING &TESTING LABORATORY, INIC,
www,rocktestint g.com
6817 LEOPARD STREET-CORPUS CHms-n,TEXAs 78409-17013 101856 VANDALE STP SA,iiApawo,TEXAS 78216-3625
OFFICE:(3161)883-4555. FW (3,611)883-4711 OFRM(21!0)495-8000,, FAx: (210)495-8015
No.1 ROUNDOLIE LANE - AoUND IRocK,TExAs 78664
OFFIM (512)284-8022, -, FAX: (512)284-7764
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
LOG OF BORING B-1 SHEET 1 of 1
CLIENT: City of Corpus Christi
Rock Engineering&Testing Labratory Inc. PROJECT: North Lexington Blvd. Reconstruction Project
ti 6817 Leopard Street
Corpus Christi TX LOCATION: Corpus Christi, Texas
,
0 Telephone: 3618834555 NUMBER: G119419
Fax: 3618834711
DATE(S) DRILLED: 8/20/2019
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Hollow Stem Auger
LIMITS
X W GROUNDWATER INFORMATION:
z 0 LU > Groundwater(GW)was encountered at a depth of 15 feet during drilling.
of z LU
LU
LLJ �0 Dry and Caved at 13 feet upon completion.
z LU
0 — Z) ,L:,a 0 F- Z) �0
Z LL 0 a U) LU 0.
&5 U)U)&5 0-1
LLJ LU z D z U) LU
_J _J 0 < 0 of Z
a- 0 z z 0 — _J Z 0-
0 0 _J W Z SURFACE ELEVATION: N/A
2 M 2E 0, �
UJ < < 6 20 LL PL F_ 0' 00 80 W'-- 2E
0 0 I DESCRIPTION OF STRATUM
--\ASPHALT, approximately 2"
FILL: CLAYEY SAND WITH GRAVEL, brown,trace shell,
ss approximately 10"
- S-1 N=13 14 40 �POSSIBLE FILL: CLAYEY SAND, light brown
CLAYEY_SANS, dark brown,trace g_ra_v_e1,dry,sfiff._(S(a_)————
- ss
S-2 N=11 16 45 16 29 49 Same as above.
-- ------------------------------
SH P=4.5+ 16 LEAN CLAY WITH SAND, dark brown,dry,very stiff.
5 S-3
SH P=4.5+ 18 36 16 20 Same as above, light brown and gray,trace to few sand. (CL)
S-4
- SH P=3.5 18 Same as above,trace calcareous deposits.
S-5
10 -
SH P= 1.0 25 67 Same as above, light gray with brown, some sand, moist,firm.
S-6
—
--------------------- ---- ----------------------------------
X.
SS N=1 25 CLAYEY SAND, light brown and gray, moist, soft.
-7
S
15
V —----- ———---———----- ---- -- —------------------------------
SS -----------------------------ss
N=25 25 11 POORLY GRADED SAND WITH CLAY, brown.
S-8
20
LLJ1ZI- - —————-- ———--————--—---——--——————————————————————————————————
IVA
rzzl- - SH
W.IZI S-9 P=4.5+ 24 FAT CLAY, brown and gray, slickensided, moist, very stiff.
c3i 25 Boring was terminated at a depth of 25 feet.
0
0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
mi Boring depth and location were determined by RETL.Drilling operations
Qc- STATIC CONE PENETROMETER TEST INDEX were performed by RETL at GPS Coordinates N'27.75715 W'97.47777
P - POCKET PENETROMETER RESISTANCE Northbound Lane
0
2
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
LOG OF BORING B-2 SHEET 1 of 1
CLIENT: City of Corpus Christi
Rock Engineering&Testing Labratory Inc. PROJECT: North Lexington Blvd. Reconstruction Project
ti 6817 Leopard Street
Corpus Christi TX LOCATION: Corpus Christi, Texas
,
0 Telephone: 3618834555 NUMBER: G119419
Fax: 3618834711
DATE(S) DRILLED: 8/20/2019
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Solid Flight Auger
LIMITS
X W GROUNDWATER INFORMATION:
z 0 LU > Dry and Open upon completion of drilling.
LU
of z LU
LU z
ED LU
0 >
0 0 �0
00 z LL U) LU C/) 0.
&5 U)U)
LU LU 3:&5&J&5 z z LU
_J _J < UJ of Z
a_ a. 0 z z 0 _J Z 0-
_J 0 0 _J o_ o- LU Z SURFACE ELEVATION: N/A
EL 2 2 M Z) 2E 0, �
UJ < < 6 20 LL PL F 0' ao 80 W'__ 2E
C/) 0 C/) C/) 0 I DESCRIPTION OF STRATUM
--\ASPHALT, approximately 3"
FILL: CLAYEY SAND, brown,few gravel, trace shell,
ssN=14 12 `approximate) 11
— - - —————————————————————————-
S-1
FILL: POORLY GRADED SAND WITH CLAY, brown.
—————---———---———---—— -——---— ————————————————————————————————
ss (N=7 20 57 LEAN CLAY WITH SAND, dark brown,dry,firm.
S-2
SH P
5 S-3 P=3.0 21 Same as above,gray with brown, moist, stiff.
Boring was terminated at a depth of 5 feet.
F-
F-
LLJ
YI
0
rn
0�
0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
mi Boring depth and location were determined by RETL.Drilling operations
0 Qc- STATIC CONE PENETROMETER TEST INDEX were performed by RETL at GPS Coordinates N'27.79605 W'97.47675
1
0 P - POCKET PENETROMETER RESISTANCE Southbound Lane
01
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
LOG OF BORING B-3 SHEET 1 of 1
CLIENT: City of Corpus Christi
Rock Engineering&Testing Labratory Inc. PROJECT: North Lexington Blvd. Reconstruction Project
ti 6817 Leopard Street
Corpus Christi TX LOCATION: Corpus Christi, Texas
,
0 Telephone: 3618834555 NUMBER: G119419
Fax: 3618834711
DATE(S) DRILLED: 8/20/2019
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Solid Flight Auger
LIMITS
X W GROUNDWATER INFORMATION:
z 0 LU > Dry and Open upon completion of drilling.
LU
of z LU
LU z
ED 0 >
LU
0 0 �0
00 LL LU z U) C/) 0
LU LU 3:&5 .
&5 U)U)
&J&5 z z LU
-i -i < UJ of Z
a_ a. 0 z z 0 -1 1� 0 Z 0-
F- 0 0 o- o- LU Z SURFACE ELEVATION: N/A
EL 2 2 M >- Z) 2E 0, �
OUJ < < 6 20 FL 7L P L F- 0' ao 80 W'-- 2E
C/) 0 C/) C/) 0 DESCRIPTION OF STRATUM
-\ASPHALT, approximately 2"
FILL: AND WITH GRAVEL,trace clay and shells,
ss (N=9 17 approx mately 11--—————————------------JI
- S-1 CLAYEY SAND,, brown,trace gravel.
- SH
C�AAri daidkbrown-,dry—, stiff ———————
S-2 P=2.5 17 37 15 22 51 Same as above, moist, stiff. (CL)
SH P
5 S-3 P=2.5 20 Same as above,gray and brown.
Boring was terminated at a depth of 5 feet.
F-
F-
LLJ
YI
0
rn
0�
0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
mi Boring depth and location were determined by RETL.Drilling operations
0 Qc- STATIC CONE PENETROMETER TEST INDEX were performed by RETL at GPS Coordinates N'27.79504 W'97.47571
1
0 P - POCKET PENETROMETER RESISTANCE Northbound Lane
01
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
LOG OF BORING B-4 SHEET 1 of 1
CLIENT: City of Corpus Christi
Rock Engineering&Testing Labratory Inc. PROJECT: North Lexington Blvd. Reconstruction Project
ti 6817 Leopard Street
Corpus Christi TX LOCATION: Corpus Christi, Texas
,
0 Telephone: 3618834555 NUMBER: G119419
Fax: 3618834711
DATE(S) DRILLED: 8/20/2019
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Hollow Stem Auger
LIMITS
X W GROUNDWATER INFORMATION:
z 0 LU > Groundwater(GW)was encountered at a depth of 14.5 feet during drilling.
of z LU
LU
LLJ �0 Dry and Caved at 10 feet upon completion.
z LU
0 — Z) ,L:,a 0 t- Z) �0
M z LL 0 a U) LU U) y C/)' 0.
&5 U)cn&5 W co z C/) LU
UJ LU 3:&5&J z C/)
>_ < < UJ z
a- 0 z z 0 _J _J Z 0- co
LU z D
0 0 SURFACE ELEVATION: N/A
_J a- CO 2E 0,
UJ < < 6 0 ly 0 0 0 z
0 C/) U) 0 2E LL PL P, ti 2E DESCRIPTION OF STRATUM
---\ASPHALT, approximately 3.5"
FILL:SAND WITH GRAVEL,trace clay, gray and brown,
ss N=11 15 \approximately 8.5"
- S-1 05AITCLAY-WITHT-11AN d_a_rk_bFmmdrT!0iff-- ————————
- SH P=2.0 21 Same as above, moist, stiff.
S-2
SH P=2.0 21 36 15 21
5 S-3 Same as above,gray and brown,trace calcareous.
SH P=4.0 18 Same as above,gray with brown,very stiff.
S-4
SH P= 1.5 19 52 Same as above,firm.
S-5
10 -
-------------------------------------------------------------
SS N=3 21 CLAYEY SAND, brown, moist,very soft.
S-6
- ss N=4 w 21 Same as above.
S-7
15 -
—
--------------------- ---- -- --------------------------------
ss N=20 18 POORLY GRADED SAND WITH CLAY, moist, medium.
S-8
20
F—
LLJ ——————--————--————--——--——--——————————————————————————————————
7'
0 CLAYEY SAND, brown and gray,firm.
0� ss t t T -----------------------------
SA --- —
-9 L �
9 gray with brown,slickensided, moist, stiff.
25 -
c3i Boring was terminated at a depth of 25 feet.
0
0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
mi Boring depth and location were determined by RETL.Drilling operations
0 Qc- STATIC CONE PENETROMETER TEST INDEX were performed by RETL at GPS Coordinates N'27.79402 W'97.47475
01 P - POCKET PENETROMETER RESISTANCE Southbound Lane
0
2 1
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
LOG OF BORING B-5 SHEET 1 of 1
CLIENT: City of Corpus Christi
Rock Engineering&Testing Labratory Inc. PROJECT: North Lexington Blvd. Reconstruction Project
ti 6817 Leopard Street
Corpus Christi TX LOCATION: Corpus Christi, Texas
,
0 Telephone: 3618834555 NUMBER: G119419
Fax: 3618834711
DATE(S) DRILLED: 8/20/2019
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Solid Flight Auger
LIMITS
X W GROUNDWATER INFORMATION:
z 0 LU > Dry and Open upon completion of drilling.
LU
of z LU
LU z
ED 0 >
LU
0 0 �0
00 z LL U) LU
&5 U)U)&5
LU LU 3:&5&J z C/)
>_ < < UJ 0 of z
C/) _J
a_ a. 0 z z 0 0 Z 0- Cl)
UJ z
-0 0 rn
SURFACE ELEVATION: N/A
_J of
UJ < < 6 0 of 0 0 0 z
0 C/) U) 0 2E LL PL P, ti 2E DESCRIPTION OF STRATUM
--\ASPHALT, approximately 2"
- I FILL:SAND, brown,few gravel,trace clay and shell,
approximately 8"
- SH P=4.0 12 35 SAN TDFoWnamdgra_V_Crystiff.
----------
S-1 Y,
LEAN CLAY, dark brown,with sand, dry, stiff.
- SH P=2.5 18
S-2 Same as above.
5 Boring was terminated at a depth of 5 feet.
F-
F-
LLJ
YI
0
rn
0�
0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
mi Boring depth and location were determined by RETL.Drilling operations
0 Qc- STATIC CONE PENETROMETER TEST INDEX were performed by RETL at GPS Coordinates N'27.79293 W'97.47366
01 P - POCKET PENETROMETER RESISTANCE Northbound Lane
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
LOG OF BORING B-6 SHEET 1 of 1
CLIENT: City of Corpus Christi
Rock Engineering&Testing Labratory Inc. PROJECT: North Lexington Blvd. Reconstruction Project
ti 6817 Leopard Street
Corpus Christi TX LOCATION: Corpus Christi, Texas
,
0 Telephone: 3618834555 NUMBER: G119419
Fax: 3618834711
DATE(S) DRILLED: 8/20/2019
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Solid Flight Auger
LIMITS
X W GROUNDWATER INFORMATION:
z 0 LU > Dry and Open upon completion of drilling.
LU
of z LU
LU z
ED 0 >
LU
0 0 �0
00 LL LU z U) C/) 0
LU LU 3:&5 .
&5 U)U)
&J&5 z z LU
-i -i < UJ of Z
a_ a. 0 z z 0 -1 1� 0 Z 0-
F- 0 0 o- o- LU Z SURFACE ELEVATION: N/A
EL 2 2 M >- Z) 2E 0, �
OUJ < < 6 20 FL 7L P L F- 0' ao 80 W'-- 2E
C/) 0 C/) C/) 0 DESCRIPTION OF STRATUM
-\ASPHALT, approximately 2.5"
AE66'�j�ND,gray,few gravel,trace shell, approximately 10.5"
L-—--———————————————————
ss N=10 32 SAND, brown.
- S-1 -------———---———---—— –——---— ———————————————————————————————
- SH P= 1.5 16 LEAN CLAY,
dark brown,few sands.
S-2 Same as above.
SH P=2.5 17 31 14 17 Same as above. (CL)
5 S-3 Boring was terminated at a depth of 5 feet.
F-
F-
LLJ
0
rn
0
0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
mi Boring depth and location were determined by RETL.Drilling operations
Qc- STATIC CONE PENETROMETER TEST INDEX were performed by RETL at GPS Coordinates N'27.79188 W'97.47267
P - POCKET PENETROMETER RESISTANCE Southbound Lane
0
2 1 1
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
LOG OF BORING B-7 SHEET 1 of 1
CLIENT: City of Corpus Christi
Rock Engineering&Testing Labratory Inc. PROJECT: North Lexington Blvd. Reconstruction Project
ti 6817 Leopard Street
Corpus Christi TX LOCATION: Corpus Christi, Texas
,
0 Telephone: 3618834555 NUMBER: G119419
Fax: 3618834711
DATE(S) DRILLED: 8/20/2019
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Solid Flight Auger
LIMITS
X W GROUNDWATER INFORMATION:
z 0 LU > Groundwater(GW)was encountered at a depth of 16 feet during drilling.
of z LU
LU
LLJ �0 Dry and Caved at 13.5 feet upon completion.
z LU
0 — Z) ,L,a 0 t- Z) �0
M z LL 0 a U) LU 0.
&5 U)U)&5 0-1
LLJ LU z z U) LU
-J -J < UJ 0 Z
a_ a. 0 z z 0 -1 1� 0 Z
F-F- 0 0 a. 0- LU Z SURFACE ELEVATION: N/A
2 2 M >- Z) 2E 0, �
UJ < < 6 20 FL 7L P L F 0' ao 80 W'-- 2E
C/) 0 C/) C/) 0 DESCRIPTION OF STRATUM
-\ASPHALT, approximately 2"
FILL:SAND WITH GRAVEL,gray,trace clay and shell,
H approximately 11
S
S-1 P=2.5 15 11 1.7 56 1EAN C1AY-VVFTH-SAND,g-ray ancTbromn-,—trace gravel.
————
SH P=3.0 16 37 12 25 Same as above,dark brown, dry, very stiff. (CL)
S-2
5
SH
S-3 P=4.5+ 17 Same as above,gray and brown.
SH
P= 1.5 18 Same as above, light gray with brown,firm.
S-4
10
-------————--————---- ------—------------------------------
SS
-----------------------------ss N=4 22 CLAYEY SAND, brown and gray, moist, stiff.
S-5
ss N=2 22 Same as above,very soft.
S-6
15
—
--------------------- ---- -- --------------------------------
ss
N=12 24 SANDY FAT CLAY, brown,firm.
20 S-7
——————--————--————--——--——--——————————————————————————————————
LU
SS N=37 21 POORLY GRADED SAND, brown,trace clay.
S-8
25
n Boring was terminated at a depth of 25 feet.
0
0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
ml Boring depth and location were determined by RETL.Drilling operations
0 Qc- STATIC CONE PENETROMETER TEST INDEX were performed by RETL at GPS Coordinates N'27.79080 W'97.47158
01 P - POCKET PENETROMETER RESISTANCE Northbound Lane
0
2
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
LOG OF BORING B-8 SHEET 1 of 1
CLIENT: City of Corpus Christi
Rock Engineering&Testing Labratory Inc. PROJECT: North Lexington Blvd. Reconstruction Project
ti 6817 Leopard Street
Corpus Christi TX LOCATION: Corpus Christi, Texas
,
0 Telephone: 3618834555 NUMBER: G119419
Fax: 3618834711
DATE(S) DRILLED: 8/20/2019
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Solid Flight Auger
LIMITS
X W GROUNDWATER INFORMATION:
z 0 LU > Dry and Open upon completion of drilling.
LU
of z LU
LU z
ED 0 >
LU
0 0 �0
00 LL LU z U) C/) 0.
&5 U)U)
LU LU 3:&5&J&5 z z LU
_J _J < UJ of Z
a_ a. 0 z z 0 _J Z 0-
_J 0 0 _J o_ o- LU Z SURFACE ELEVATION: N/A
EL 2 2 M Z) 2E 0, �
UJ < < 6 20 FL 7L P L F 0' ao 80 W'__ 2E
C/) 0 C/) C/) 0 DESCRIPTION OF STRATUM
-\ASPHALT, approximately 2.5"
FILL:SAND,gray,few gravel, approximately 13" —
SS
N=9 26 24 15 9 61 LEAN CLAY WITH SAND, dark brown,dry, stiff.
S-1
SH P=2.5 15 55 Same as above.
S-2
SH
S-3 P=3.5 14 Same as above.
5 Boring was terminated at a depth of 5 feet.
F-
F-
LLJ
YI
0
rn
0
0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
mi Boring depth and location were determined by RETL.Drilling operations
Qc- STATIC CONE PENETROMETER TEST INDEX were performed by RETL at GPS Coordinates N'27.78979 W'97.47065
P - POCKET PENETROMETER RESISTANCE Southbound Lane
0
2 1 1
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
LOG OF BORING B-9 SHEET 1 of 1
CLIENT: City of Corpus Christi
Rock Engineering&Testing Labratory Inc. PROJECT: North Lexington Blvd. Reconstruction Project
ti 6817 Leopard Street
Corpus Christi TX LOCATION: Corpus Christi, Texas
,
0 Telephone: 3618834555 NUMBER: G119419
Fax: 3618834711
DATE(S) DRILLED: 8/20/2019
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Solid Flight Auger
LIMITS
X W GROUNDWATER INFORMATION:
z 0 LU > Dry and Open upon completion of drilling.
LU
of z LU
LU z
ED 0 >
LU
0 0 �0
00 LL LU z U) C/) 0
LU LU 3:&5 .
&5 U)U)
&J&5 z z LU
-i -i < UJ of Z
a_ a. 0 z z 0 -1 1� 0 Z 0-
F- 0 0 o- o- LU Z SURFACE ELEVATION: N/A
EL 2 2 M >- Z) 2E 0, �
OUJ < < 6 20 FL 7L P L F 0' ao 80 W'-- 2E
C/) 0 C/) C/) 0 DESCRIPTION OF STRATUM
-,,ASPHALT, approximately 5"
FILL:SAND,gray,few gravel,trace shell and clay,
ssN=15 28 64 approximately 10"
- S-1 LEAN-CLAY-VVITH-&A-ffD�dark bFoWn-, rn-o1st,-stiff
- SH
S-2 P= 1.5 29 56 18 38 FAT CLAY, dark gray. (CH) ----------------—
SH P=2.0 25 LEAN CLAY WITH SAND, gray and brown, moist, stiff.
5 S-3 Boring was terminated at a depth of 5 feet.
F-
F-
LLJ
0
rn
0
0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
mi Boring depth and location were determined by RETL.Drilling operations
Qc- STATIC CONE PENETROMETER TEST INDEX were performed by RETL at GPS Coordinates N'27.78831 W'97.46976
P - POCKET PENETROMETER RESISTANCE Northbound Lane
0
2 1 1
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
LOG OF BORING B-10 SHEET 1 of 1
CLIENT: City of Corpus Christi
Rock Engineering&Testing Labratory Inc. PROJECT: North Lexington Blvd. Reconstruction Project
ti 6817 Leopard Street
Corpus Christi TX LOCATION: Corpus Christi, Texas
,
0 Telephone: 3618834555 NUMBER: G119419
Fax: 3618834711
DATE(S) DRILLED: 8/20/2019
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Hollow Stem Auger
LIMITS
X W GROUNDWATER INFORMATION:
z 0 LU > Groundwater(GW)was encountered at a depth of 14.5 feet during drilling.
of z LU
LU
LLJ �0 Wet and Caved at 13 feet upon completion.
z LU
0 — Z) ,L,a 0 t- Z) �0
M z LL 0 a U) LU U) y U) 0.
&5 U)U)&5 J of Z
LLJ LU 3:&5&J z UZ LU b
0 z z 0 0 Z 0- C/)
< <
F- a_ a. -0 0 UJ z SURFACE ELEVATION: N/A
a- 2 2 M 2E 0,
UJ < < 6 of 0 0 �- �
20 LL PL F- o a- 3 u) t 2E DESCRIPTION OF STRATUM
0 C/) W 0 E
_ASPHALT, proximately 6.5"
- FILL: CEMENT STABILIZED SAND WITH GRAVEL,gray.
ss N=11 20 Same as above.
- S-1
----------------------------- --------------------------------
7 - SH
S-2 P=2.0 17 37 11 26 111 1.9 LEAN CLAY WITH SAND, gray and brown. (CL)
SH P=2.5 17
5 S-3 Same as above.
SH
S-4 P= 1.5 19 55 Same as above.
-------————--————---- ------—------------------------------
SH -----------------------------SH
S-5 P=0.5 17 CLAYEY SAND, brown, moist,soft.
10
ss N=WOH 24 39 Same as above,very soft, brown and gray, very soft.
S-6
SS
N=3 �7 23 Same as above.
15 S-7
--—------------------------------
SS -----------------------------ss
N=20 19 61 CLAYEY SAND,, brown and gray, stiff.
20 S-8
——————--————--————--—---——--——————————————————————————————————
LU
YI
0
- SH P=4.0 28 FAT CLAY, gray with brown,slickensided.
S-9
25 -
c3i Boring was terminated at a depth of 25 feet.
0
0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
mi Boring depth and location were determined by RETL.Drilling operations
0 Qc- STATIC CONE PENETROMETER TEST INDEX were performed by RETL at GPS Coordinates N'27.78706 W'97.46963
01 P - POCKET PENETROMETER RESISTANCE Southbound Lane
0
2
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61 D-EC5890D02F1 1
Rock Engineering&Testing Laboratory
6817 Leopard Street
Corpus Christi,TX 78409-1703
Engineering&Testing Telephone: 361-883-4555
4 0 Laboratory, Inc. Fax: 361-883-4711
KEY TO SOIL CLASSIFICATION AND SYMBOLS
UNIFIED SOIL CLASSIFICATION SYSTEM TERMS CHARACTERIZING SOIL
MAJOR DIVISIONS SYMBOL NAME STRUCTURE
GW Well Graded Gravels or Gravel-Sand mixtures, SLICKENSIDED-having inclined planes of
little or no fines
weakness that are slick and glossy in
appearance
GRAVEL GP
0 Poorly Graded Gravels or Gravel-Sand mixtures,
)
little or no fines FISSURED-containing shrinkage cracks,
AND c)
GRAVELLY GM frequently filled with fine sand or silt; usually
"P q
SOILS 0 0 Silty Gravels,Gravel-Sand-Silt mixtures more or less vertical
)
LAMINATED(VARVED)-composed of thin layers
of varying color and texture,usually grading from
COARSE GCClayey Gravels,Gravel-Sand-Clay Mixtures sand or silt at the bottom to clay at the top
GRAINED —2
SOILS Well Graded Sands or Gravelly Sands,little or no CRUMBLY-cohesive soils which break into small
SW fines blocks or crumbs on drying
Poorly Graded Sands or Gravelly Sands,little or CALCAREOUS-containing appreciable quantities
SAND SP no fines of calcium carbonate,generally nodular
AND
SANDY WELL GRADED-having wide range in grain sizes
SOILS SM Silty Sands,Sand-Silt Mixtures and substantial amounts of all intermediate
particle sizes
SC Clayey Sands,Sand-Clay mixtures POORLY GRADED-predominantly of one grain
size uniformly graded)or having a range of sizes
with some intermediate size missing(gap or skip
Inorganic Silts and very fine Sands, Rock Flour, graded)
ML Silty or Clayey fine Sands or Clayey Silts
SILTS Inorganic Clays of low to medium plasticity,
AND SYMBOLS FOR TEST DATA
CLAYS CLGravelly Clays,Sandy Clays, Silty Clays, Lean
LL<50 —M Clays � — Groundwater Level
OL Organic Silts and Organic Silt-Clays of low (Initial Reading)
FINE plasticity
GRAINED _y — Groundwater Level
SOILS Inorganic Silts, Micaceous or Diatomaceous fine (Final Reading)
MH Sandy or Silty soils, Elastic Silts
SILTS — Shelby Tube Sample
AND
CLAYS C JH Inorganic Clays of high plasticity, Fat Clays
LL>50 — SPT Samples
0 0 Organic Clays of medium to high plasticity,
H Organic Silts Auger Sample
HIGHLY ORGANIC
SOILS PT o Peat and other Highly Organic soils Rock Core
TERMS DESCRIBING CONSISTENCY OF SOIL
COARSE GRAINED SOILS FINE GRAINED SOILS
DESCRIPTIVE NO.BLOWS/FT. DESCRIPTIVE NO.BLOWS/FT. UNCONFINED
TERM STANDARD PEN. TERM STANDARD PEN. COMPRESSION
TEST TEST TONS PER SQ. FT.
Very Loose 0-4 Very Soft <2 <0.25
Loose 4-10 Soft 2-4 0.25-0.50
Medium 10-30 Firm 4-8 0.50-1.00
Dense 30-50 stiff 8-15 1.00-2.00
Very Dense over 50 Very Stiff 15-30 2.00-4.00
Hard over 30 over 4.00
Field Classification for"Consistency"is determined with a 0.25"diameter penetrometer
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 1
Project No. 2106-043-01 Utility FIBER
Location LEXINGTON BLVD&LEOPARD ST Date 04-27-2021
TEST HOLE DATA
A.
Northing 17179995.09
Easting 1314628.35
B. Depth to Top of Utility N/A
Elevation Grade @
C. Top of Hole 43.48'
D. Elev. @ Top of Utility N/A
E. Elev. @ Bottom of Utility N/A DRY HOLE
F. Width or Dia. of Utility N/A
G. Material of Utility N/A
H. Condition of Utility N/A TOP
I. Thickness of Pvmt. N/A
Base, etc. N/A LEGEND
J. Description of Soil DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
-_-_-_-_-_-_-_--_-_--
TH# 1
� 1 2
PLAN
B.M. CP-1 Elev.= 44.31' Description: IR ,,w OF TF1
Northing: 17177717.89 Easting: 1316635.70 . p:.-. .,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks: HOOKED UP MULTIPLE TIMES. TO VERIFY ................. .....,.
BELL OUT HOLE OVER 2' FOR JAMES L. HERBERT
A DEPTH OF 9.92. LOCATOR SAID 8.02 DEPTH o: g 5
OVER LINE SHOWING CENTER OF TEST HOLE.
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 2
Project No. 2106-043-01 Utility GAS
Location LEXINGTON BLVD&LEOPARD ST Date 04-27-2021
TEST HOLE DATA
Northing 17179992.75
A. Easting 1314626.54
B. Depth to Top of Utility 3.57'
Elevation Grade @
C. Top of Hole 43.05'
D. Elev. @ Top of Utility 39.48'
f o0
E. Elev. @ Bottom of Utility N/A e
D
F. Width or Dia. of Utility .38' 6
G. Material of Utility WRAPPED PIPE
H. Condition of Utility GOOD TOP
I. Thickness of Pvmt. N/A ,u
Base, etc. N/A LEGEND E
J. Description of Soil DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
-_-_-_-_-_-_-_--_-_--
E
TH# 2
PLAN
B.M. CP-1 Elev.= 44.31' Description: IR ,,w OF TF1
Northing: 17177717.89 Easting: 1316635.70 . p:.-. .,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 00
Remarks: /. ............... .....
JAMES L. HERBERT
off. 9 5
0 AL
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 2A
Project No. 2106-043-01 Utility PIPELINE
Location LEXINGTON BLVD&LANTANA ST Date 05-10-2018
TEST HOLE DATA
Northing 17177767.96 c
A. Easting 1316736.60
B. Depth to Top of Utility 7.17' ��
Elevation Grade @ %!%
C. Top of Hole 43.22' l'
D. Elev. @ Top of Utility 36.05' m
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.78 D
/ F
G. Material H. Condition onof Utilityf Utility ME
RUSTY TOPf�//%� /
I. Thickness of Pvmt. N/A
Base, etc. N/A LEGEND E
J. Description of Soil CLAY/DIRT PROFILE
SEE PLAN SHEETS
c~n
Q
z
z
J TH# 2A
N LEXINGTON BLVD
PLAN
B.M. CP-1 Elev.= 44.31' Description: IR �E OFTF1
Northing: 17177717.89 Easting: 1316635.70 ......
.,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks:DROPPED MAGNET ON PIPELINE AND IT ATTACHED. """"""..... """"
JAMES L. HERBERT
off. 9 5
0 AL
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 3
Project No. 2106-043-01 Utility CoCC WATER
Location LEXINGTON BLVD&LEOPARD ST Date 04-27-2021
TEST HOLE DATA
A. Northing 17179944.82
Easting 1314793.26
B. Depth to Top of Utility 6.05'
Elevation Grade @
C. Top of Hole 45.30 m J
D. Elev. @ Top of Utility 39.25
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility VISIBLE 2.60' 4° D
G. Material of Utility METALLIC �i%�� F
H. Condition of Utility GOOD
I. Thickness of Pv t. N/A TOP
Base, etc. N/A LEGEND E
J. Description of Soil DIRT PROFILE
SEE PLAN SHEETS
a
TH# 3 —
N LEXINGTON BLVD
B.M. CP-1 Elev.= 44.31' Description: PLAN IR �E OF TF1
Northing: 17177717.89 Easting: 1316635.70 Aw
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87
Remarks: /. ............................
JAMES Lo HERBERT
off. 9 5
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hole No. 3A
Project No. 2106-043-01 Utility GAS PIPEPINE
Location LEXINGTON BLVD&LANTANA ST Date 05-10-2021
TEST HOLE DATA
Northing 17177366.83 ; �
A. �'� � %n �o� /���f 6��h C
Easting 1316939.42
B. Depth to Top of Utility 7.49'
C Elevation Grade @ /? rJ % ,
Top of Hole 40.19'
D. Elev. @ Top of Utility 32.70' "? m
E. Elev. @ Bottom of Utility N/A �/ D
F. Width or Dia. of Utility 0.75'
G. Material of Utility METALLIC ;; , � � Fe
H. Condition of Utility GOOD TOP
I. Thickness of Pvmt. N/A ,u
Base, etc. N/A LEGEND E
J. Description of Soil CLAY/DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
rf
rf
rf
{ r TH# 3A
2o"
B.M. CP-1 Elev.= 44.31' Description: PLAN IR
O
�E TF
Northing: 17177717.89 Easting: 1316635.70 Aw
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 %* =
Remarks:DROPPED MAGNET- """"""""""""""""
IT ATTACHED TO PIPE JAMES Lo HERBERT
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 5
Project No. 2106-043-01 Utility GAS
Location LEXINGTON BLVD&LEOPARD ST Date 04-29-2021
TEST HOLE DATA
A Northing 17179755.70 / ;r jeiy "Iry I c
Easting 1314887.30
I �
B. Depth to Top of Utility 7.26'
C Elevation Grade @
Top of Hole 45.56'
D. Elev. @ Top of Utility 38.30'
E. Elev. @ Bottom of Utility N/A m
F. Width or Dia. of Utility 0.40' �.
G. Material of Utility METALLIC ,���f D
H. Condition of Utility GOOD F
I. Thickness of Pvmt. 0.30' TOP
Base, etc. 0.50' „ „ E
J. Description of Soil CLAY LEGEND
SEE PLAN SHEETS PROFILE
N LEXINGTON BLVD
TH# 5
— a
O>>l
B.M. CP-1 Elev.= 44.31' Description: PLAN IR ,,r-�E TF �
Northing: 17177717.89 Easting: 1316635.70 �",.`p:.---"" .,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 00
Remarks: /. ............... .....
JAMES L. HERBERT
off. 9 5
0 AL
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 6
Project No. 2106-043-01 Utility CoCC WATER
Location LEXINGTON BLVD&LANTANA ST Date 04-28-2021
TEST HOLE DATA
A. Northing 17179138.26 �1� r r� �� �i c
Easting 1315514.44 `��
B. Depth to Top of Utility 3.18'
Elevation Grade @
C. Top of Hole 42.49'
D. Elev. @ Top of Utility 39.31' r µt m
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.75' D
G. Material of Utility CONCRETE F
H. Condition of Utility GOOD TOP
I. Thickness of Pvmt. N/A ,u
Base, etc. N/A LEGEND E
J. Description of Soil DIRT PROFILE
SEE PLAN SHEETS
TH# 6
N LEXINGTON BLVD
B.M. CP-1 Elev.= 44.31' Description: PLAN IR �E OF TF 1
Northing: 17177717.89 Easting: 1316635.70 Aw
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 %* =
Remarks: PUT A MAGNET ON THE PIPE """"""""""""""""
THE MAGNET WOULD NOT STICK JAMES L. HERBERT
THE PIPE APPEARS TO BE CONCRETE "o,, 9 5
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 7
Project No. 2106-043-01 Utility CoCC WATER
Location LEXINGTON BLVD&LEOPARD ST Date 04-27-2021
TEST HOLE DATA
Northing 17179135.58 C
A. Easting 1315365.86
B. Depth to Tap of Utility 2.98 �1� r� OM
Elevation Grade @f i
C. Top of Hole 42.65'
D. Elev. @ Top of Utility 39.67' r m
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.50
G. Material of Utility METALLIC "ml1„, %f; i, f jjr F
H. Condition of Utility RUSTY TOP
I. Thickness of Pvmt. N/A
Base, etc. N/A LEGEND E
J. Description of Soil DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
TH# 7
B.M. CP-1 Elev.= 44.31' Description: PLAN IR �E OF TF1
Northing: 17177717.89 Easting: 1316635.70 Aw
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks:FOUND COUPLER �'JA”""..... "
MES Lo HERBERT
off. 9 5
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 9
Project No. 2106-043-01 Utility CHARTER
Location LEXINGTON BLVD&LANTANA ST Date 04-28-2021
TEST HOLE DATA
Northing17178708.52
A. ii ' « C
Easting 1315794.93 ��" �� ��
B. Depth to Top of Utility 4.10' W`
Elevation Grade @
C. Top of Hole 44.37' G
D. Elev. @ Top of Utility 40.27'
E. Elev. @ Bottom of Utility N/A D
F. Width or Dia. of Utility 0.20'
G. Material of Utility PLASTIC F
H. Condition of Utility GOOD TOP
I. Thickness of Pvmt. N/A
Base, etc. N/A LEGEND E
J. Description of Soil DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
TH# 9
O>>l
B.M. CP-1 Elev.= 44.31' Description: PLAN IR ,,r-�E TF �
Northing: 17177717.89 Easting: 1316635.70 ......
.,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks: LINE APPEARS TO BE INTERDUCT """"""..... """"
JAMES L. HERBERT
off. 9 5
0 AL
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 10
Project No. 2106-043-01 Utility CoCC WATER
Location LEXINGTON BLVD&LANTANA ST Date 04-28-2021
TEST HOLE DATA
A. Northing 17178536.18 / /yii f ;; ' i' C
Easting 1315894.78
/,V
Depth to Top of Utility 2.58'
� r
Elevation Grade @
C. Top of Hole 42.07' ,
D. Elev. @ Top of Utility 39.49' m
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.50' F D
G. Material of Utility METALLIC
H. Condition of Utility GOOD � � . — —
I. Thickness of Pvmt. N/A TOP
Base, etc. N/A LEGENDE
J. Description of Soil DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
TH# 10
O �
B.M. CP-1 Elev.= 44.31' Description: PLAN IR �E OF TF1
Northing: 17177717.89 Easting: 1316635.70 Aw
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87
Remarks: /. ............................
JAMES L. HERBERT
off. 9 5
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 11
Project No. 2106-043-01 Utility CHARTER
Location LEXINGTON BLVD&LANTANA ST Date 04-28-2021
TEST HOLE DATA
Northing 17177962.38 ,,, �
A. Easting 1316435.56 r ��'� �rl ; c
B. Depth to Top of Utility 1.65'
Elevation Grade
C. Top of Hole 42.96'
D. Elev. @ Top of Utility 41.31' 9 m
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.13'
G. Material of Utility PLASTIC f Fe
H. Condition of Utility GOOD TOP i
I. Thickness of Pvmt. N/A
Base, etc. N/A LEGEND E
J. Description of Soil DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
O>>l
B.M. CP-1 Elev.= 44.31' Description: PLAN IR ,,r-�E TF �
Northing: 17177717.89 Easting: 1316635.70 :.-. .,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks:FOUND WHAT APPEARS TO BE AN INTERDUCT """"""..... """"
JAMES L. HERBERT
off. 9 5
0 AL
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 12
Project No. 2106-043-01 Utility CoCC WATER
Location LEXINGTON BLVD&LANTANA ST Date 05-11-2021
TEST HOLE DATA
Northing 17177903.58
A. Easting 1316452.00
B. Depth to Top of Utility 3.27'
Elevation Grade @
C. Top of Hole 42.37'
D. Elev. @ Top of Utility 39.10' ,
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.50' „`D
G. Material of Utility METALLIC F
H. Condition of Utility RUSTY
I. Thickness of Pvmt. N/A TOP
Base, etc. N/A LEGEND E
J. Description of Soil CLAY/DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
TH# 12
O>>l
B.M. CP-1 Elev.= 44.31' Description: PLAN IR ,,r-�E TF �
Northing: 17177717.89 Easting: 1316635.70 :.-. .,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks:MAGNET ATTACHED TO LINE """"""..... """"
JAMES L. HERBERT
off. 9 5
0 AL
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hole No. 13
Project No. 2106-043-01 Utility GAS
Location LEXINGTON BLVD&LANTANA ST Date 04-28-2021
TEST HOLE DATA
Northing 17177896.77 C
A. Easting 1316484.78 t
B. Depth to Top of Utility 3.54'
Elevation Grade @
C. Top of Hole 42.79'
D. Elev. @ Top of Utility 39.25' ' " m
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.20' a D
H. ConditionG. Material of Utility of Utility WRAPPED �-Q
GOOD { `'1 i ////
I. Thickness of Pvmt. N/A TOP
Base, etc. N/A LEGEND E
J. Description of Soil DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD TH# 13
I 12
O>>l
B.M. CP-1 Elev.= 44.31' Description: PLAN IR ,,r-�E TF �
Northing: 17177717.89 Easting: 1316635.70 :.-. .,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks:STARTED HOLE AND FOUND BIG CHUNK OF CONCRETE, """"""..... """"
MOVED HOLE SOUTH ABOUT 1 FOOT JAMES L. HERBERT
TO GO AROUND CONCRETE, FOUND A WRAPPED GAS LINE 9 5
POSSIBLY METALLIC
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 14
Project No. 2106-043-01 Utility GAS
Location LEXINGTON BLVD&LANTANA ST Date 04-30-2021
TEST HOLE DATA
Northing 17177745.91 C
A. Easting 1316594.85
B. Depth to Top of Utility 3.62'
Elevation Grade @
C. Top of Hole 43.45'
D. Elev. @ Top of Utility 39.83' m
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.40' D
G. Material of Utility METALLIC F
H. Condition of Utility GOOD TOP
I. Thickness of Pvmt. N/A
Base, etc. N/A LEGEND E
J. Description of Soil CLAY PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
TH# 14
z
., z
<1
11(.:a
B.M. CP-1 Elev.= 44.31' Description: PLAN IR �E OF TF1
Northing: 17177717.89 Easting: 1316635.70 Aw
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87
Remarks: /. ............................
JAMES L. HERBERT
off. 9 5
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 15
Project No. 2106-043-01 Utility GAS
Location LEXINGTON BLVD&LANTANA ST Date 04-29-2021
TEST HOLE DATA
A. Northing 17177714.91 ; I
' af,
Easting 1316697.83
B. Depth to Top of Utility N/A
Elevation Grade @
C. Top of Hole 44.65'
D. Elev. @ Top of Utility N/A
E. Elev. @ Bottom of Utility N/A DRY HOLE
F. Width or Dia. of Utility N/A
G. Material of Utility N/A
H. Condition of Utility N/A TOP
I. Thickness of Pvmt. 0.20'
Base, etc. 0.50' LEGEND
J. Description of Soil CLAY PROFILE
SEE PLAN SHEETS
c~n
Q
?���
f TH# 15
N LEXINGTON BLVD
PLAN
B.M. CP-1 Elev.= 44.31' Description: IR ,,w -�E OF TF1
Northing: 17177717.89 Easting: 1316635.70 . p:.-. .,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* �=
Remarks: PROBED WITH WATER LANCE 3'ACROSS SAND """"""..... """"
10'6" DEEP, DID NOT HIT GAS LINE JAMES L. HERBERT
HOOKED UP AND PUT RECEIVER AT HOLE SHOWING 9 5
15' ELECTRONIC DEPTH BUT RECEIVER PUT RECEIVER �',
INTO HOLE READING 13'6"
0 AL
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hole No. 16
Project No. 2106-043-01 Utility CoCC WATER
Location LEXINGTON BLVD&LANTANA ST Date 04-30-2021
TEST HOLE DATA
Northing 17177744.46 ., . C
A. Easting 1316593.21
B. Depth to Top of Utility 4.36'
Elevation Grade @
C. Top of Hole 43.57'
D. Elev. @ Top of Utility 39.21' m
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.60' D
G. Material of Utility METALLIC „„�,�, F
H. Condition of Utility RUSTY TOP
I. Thickness of Pvmt. N/A ,u
Base, etc. N/A LEGEND E
J. Description of Soil CLAY PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
{ T 14
p°
�,.. Z
z
Q
J
TH# 16
PLAN
B.M. CP-1 Elev.= 44.31' Description: IR �E OFTF1
Northing: 17177717.89 Easting: 1316635.70 ......
.,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks:FOUND THE T FOR WATER LINE RUNNING """"""..... """"
NORTH AND SOUTH. JAMES L. HERBERT
off. 9 5
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 17
Project No. 2106-043-01 Utility GAS
Location LEXINGTON BLVD&LANTANA ST Date 05-11-2021
TEST HOLE DATA
Northing 17177619.7541 C
A.
lisU
Easting 1316700.46
B. Depth to Top of Utility 3.666, J
C Elevation Grade @
Top of Hole 42.73' ,x% m
D. Elev. @ Top of Utility 39.07
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.40' l� D
G. Material of Utility METALLIC �� /% � �fr �F
H. Condition of Utility GOOD
TOP
I. Thickness of Pvmt. N/A
Base, etc. N/A LEGEND E
J. Description of Soil CLAY/DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
a TH# 17
z
z
a
J
B.M. CP-1 Elev.= 44.31' Description: PLAN IR �E OF TF1
Northing: 17177717.89 Easting: 1316635.70 �"Aw
,.
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks: MAGNET STUCK TO LINE ......................""""
JAMES L. HERBERT
off. 9 5
0 AL
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 18
Project No. 2106-043-01 Utility CoCC WATER
Location LEXINGTON BLVD&LANTANA ST Date 04-28-2021
TEST HOLE DATA
Northing 17177523.33 C
A. Easting 1316930.07
B. Depth to Top of Utility 3.18'
Elevation Grade @
C. Top of Hole 40.97'
D. Elev. @ Top of Utility 37.79' m
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 3.80
G. Material of Utility METALLIC `%� ���
F
H. Condition of Utility GOOD
I. Thickness of Pvmt. N/A TOP
Base, etc. N/A LEGEND E
J. Description of Soil N/A PROFILE
SEE PLAN SHEETS
TFi# 18
N LEXINGTON BLVD
B.M. CP-1 Elev.= 44.31' Description: PLAN IR �E OF TF1
Northing: 17177717.89 Easting: 1316635.70 Aw
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks:TESTED PIPE WITH MAGNET """"""""""""""""
JAMES L. HERBERT
off. 9 5
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hole No. 19
Project No. 2106-043-01 Utility CoCC WATER
Location LEXINGTON BLVD&LANTANA ST Date 04-29-2021
TEST HOLE DATA
Northing 17177361.57 ����j,
A. Easting 1316940.66 %l'y uu"xrl r''1%i °
B. Depth to Top of Utility N/A
Elevation Grade @
C. Top of Hole 39.56'
D. Elev. @ Top of Utility N/A N
E. Elev. @ Bottom of Utility N/A /�� �1 � l,i�� �� HOLE
F. Width or Dia. of Utility N/A
i%iJ°iii /i' °l r �*
G. Material of Utility N/A
H. Condition of Utility N/A TOP
I. Thickness of Pvmt. N/A
Base, etc. N/A LEGEND
J. Description of Soil CLAY PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
rf
'fr 1 I4 '/A .
TH# 19
1 1 , 2o"
B.M. CP-1 Elev.= 44.31' Description: PLAN IR
O
�E TF
Northing: 17177717.89 Easting: 1316635.70 Aw
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 %* �=
Remarks:TRIED HOOKING UP TO FIRE HYDRANT, WATER VALVE, """"""""""""""""
AND WATER SERVICE COULD NOT TONE OUT JAMES L. HERBERT
WATERLINE, CITY OF CORPUS CHRISTY MARKED OUT 9 5
WE DUG ON THEIR MARKS, COULD NOT FIND WATERLINE
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hole No. 19A
Project No. 2106-043-01 Utility CoCC WATER
Location LEXINGTON BLVD&LANTANA ST Date 05-10-2021
TEST HOLE DATA
Northing 17177374.20 � � ��/�
A Easting 1316923.23 � ; "' N„ � ° f
B. Depth to Top of Utility 3.20 ������,� �, �% M
Elevation Grade @
C. Top of Hole 41.12'
D. Elev. @ Top of Utility 37.92'
E. Elev. @ Bottom of Utility N/A D
F. Width or Dia. of Utility 0.70'
G. Material of Utility CONCRETE ' F
H. Condition of Utility GOOD TOP
I. Thickness of Pvmt. N/A
Base, etc. N/A LEGEND E
J. Description of Soil CLAY/DIRT PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
rf
rf
rf
'ff 11 I4 '/A .
- 0if 1 .
-------------
:
TH# 19A
I12o"
B.M. CP-1 Elev.= 44.31' Description: PLAN IR
O
�E TF
Northing: 17177717.89 Easting: 1316635.70 Aw
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 %* =
Remarks: MAGNET DID NOT ATTACH TO LINE """"""""""""""""
TRENCHED TO FIND LINE COMING OUT OF T JAMES L. HERBERT
PIPE APPEARS TO BE CONCRETE "o,, 9 5
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING
DocuSign Envelope ID:AEFC6490-2E25-4C36-A61D-EC5890D02F11
a
4 CobbFen(Hey
TBPELS FIRM REGISTRATION NO. F-274
TEST HOLE DATA SHEET
Project Name LEXINGTON BLVD Test Hale No. 20
Project No. 2106-043-01 Utility GAS
Location LEXINGTON BLVD&LANTANA ST Date 04-29-2021
TEST HOLE DATA
Northing 17177359.32y�ti�� C
A. Easting 1316938.67
B. Depth to Top of Utility 3.69' TM
Elevation Grade @
C. Top of Hole 40.03' °
D. Elev. @ Top of Utility 36.34' m
E. Elev. @ Bottom of Utility N/A
F. Width or Dia. of Utility 0.50'
FF
f Utiliy
H. ConditioG. Materil�of Uti ty METALLICGOOD b Q } `J i
I. Thickness of Pvmt. N/A TOP
Base, etc. N/A LEGEND E
J. Description of Soil CLAY PROFILE
SEE PLAN SHEETS
N LEXINGTON BLVD
rf
rf
rf
'ff 11 I4 '/A .
'11, 11 19A
TH# 20
O>>l
B.M. CP-1 Elev.= 44.31' Description: PLAN IR ,,r-�E TF �
Northing: 17177717.89 Easting: 1316635.70 ......
.,.��
B.M. CP-2 Elev.= 46.55' Description: MAGNAIL
Northing: 17180230.19 Easting: 1314445.87 0* =
Remarks:MAGNET STUCK TO LINE ................. """
JAMES L. HERBERT
off. 9 5
0 AL
6/1 /21
NOTE:ALL COORDINATES ARE IN GRID USING TEXAS COORDINATE SYSTEM
OF 1983(NAD-83(2011).SOUTH ZONE.GRID. SUBSURFACE UTILITY ENGINEERING