Loading...
HomeMy WebLinkAboutC2023-139 - 6/27/2023 - Approved (11) DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B lur IS O J a rn-,, 00 52 23 AGREEMENT This Agreement, for the Project awarded on June 27, 2023, is between the City of Corpus Christi (Owner) and Callan Marine LTD. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Replace Marina Piers A-D& L Project Number 21026 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Dr. Corpus Christi,Texas, 78404 Jimu@urbaneng.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel Asst. Director of Engineering Services-Construction Management 4917 Holly Rd. Building#5 Corpus Christi,Texas 78411 brettvh@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 608 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 638 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 $1,800 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 400 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 $ 19,385,864.00 Agreement 005223-2 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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. 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. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI DocuSigned by DocuSigned by: 7/20/2023 7/20/2023 s n7ca e eeccrYa e ?�V°EfffflbWds, P.E City Secretary Director of Engineering Services Ord.033090 AUTHORIZED 6/27/2023 APPROVED AS TO LEGAL FORM: BY COUNCIL DocuSigned by: Er;_u) WtUlt�t.LA- 7/20/2023 A13 ssis ant i y Attorney ATTEST(IF CORPORATION) CONTRACTOR DocuSigned by: fi✓ 7/18/2023 B64827CF03854BC._ (Seal Below) By: Matt Sitka Note: Attach copy of authorization to sign if Title: CFO person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Post Office Box 17017 Financial Officer Address Galveston Texas 77552 City State Zip 409-762-0124 Phone Fax MSitka@callanmarineltd.com Email END OF SECTION Agreement 005223-6 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 00 30 01 DID FORM Project Name: REPLACE MARINA PIERS A,B,C, D,AND L Project#: 21026 Owner: City of Corpus Christ!,Texas OAR: 1Brett Van Hazel,PMP,Asst. Director of Engineering Services-Construction Management Desifimer jUrban Engineering 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. Blclder: Callan,lea rXne, Ltd. (full legal some of Bidder) Signature: dz,�r- -.-,44-1- (signature of person with authority to bind the Bidden Name: Matt Sitka. .. ..... (printed name of person signing Bid Form) Title: CFO (title of person signing Bid Form) �Attest: (signature) State of Residency:- Texas Federal Tx ID No. 27-0893527 Address for Notices: 6800 Harborside Drive Galveston,TX 77554 [Phone: 409-762-0124 Email: itis itka@callaniiiarineltd.coni ... ......... JAMESL . OUIS QRBAN,,� ...........6........ ... V, 02,162, AL F-6 Bid Forni Page 1 of 4 REPLACE MARINA PIERS A-D,AND L: #21026 Rev 8/,2019 1 Page 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4.B L Report Created On:4/26/2023 9:11:47 PM BID TOTALS BASE BID Total General $994,392.00 Demolition &Dredging $2,678,912.00 New Docks A-D&L $12,666,308.00 Shoreside Site&Utility Improvement $543,419.00 Shoreside Electrical Improvements $1,443,053.00 Total $18,326,084.00 ALTERNATE 1 Total Additive Alternate 1 - Dredge Basin 1A $357,880.00 Total $357,880.00 ALTERNATE 2 Total Additive Alternate 2- Dredge Basin 1 B $467,500.00 Total $467,500.00 ALTERNATE 3 Total Additive Alternate 3- Dredge Basin 2A $234,400.00 Total $234,400.00 General No. Description Unit Qty Unit Price Ext Price Al Mobilization(Max. 5%of Part A) LS 1 $30,200.00 $30,200.00 A2 Bonds and Insurance(Max. 2%of Total AL 1 $560,065.00 $560,065.00 Bid Amount) A3 Ozone Action Day DAY 1 $19,881.00 $19,881.00 A4 Traffic Control LS 1 $134,246.00 $134,246.00 A5 Allowance for Unanticipated Items AL 1 $250,000.00 $250,000.00 Subtotal:$994,392.00 Demolition&Dredging DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4.B L Report Created On:4/26/2023 9:11:47 PM No. Description Unit Qty Unit Price Ext Price B1 Mobilization(Max. 5%of Part B) LS 1 $130,752.00 $130,752.00 B2 Demo Exist. Docks A, B,C, D(incl. pile EA 4 $80,000.00 $320,000.00 removal) B3 Dredge Base Bid Basin 1 (-9.0') CY 30420 $19.00 $577,980.00 B4 Dredge Base Bid Basin 2 (-9.0') CY 9320 $19.00 $177,080.00 B5 Overdredge Allowance for Basins 1 and CY 10900 $19.00 $207,100.00 2(to-9.5') B6 Dredge Material Disposal (incl. CY 50640 $25.00 $1,266,000.00 transport, permits,fees,etc.) Subtotal: $2,678,912.00 New Docks A-D&L No. Description Unit Qty Unit Price Ext Price C1 Mobilization(Max. 5%of Part C) LS 1 $446,945.00 $446,945.00 C2 Floating Concrete Dock A(incl. piles, LS 1 $2,062,270.00 $2,062,270.00 amenities, utilities,gangway) C3 Floating Concrete Dock B(incl. piles, LS 1 $2,401,000.00 $2,401,000.00 amenities, utilities,gangway) C4 Floating Concrete Dock C(incl. piles, LS 1 $2,401,000.00 $2,401,000.00 amenities, utilities,gangway) C5 Floating Concrete Dock D(incl. piles, LS 1 $2,168,321.00 $2,168,321.00 amenities, utilities,gangway) C6 Floating Concrete Dock L(incl. piles, LS 1 $2,315,808.00 $2,315,808.00 amenities, utilities,gangway) C7 Fixed Entry Dock- Dock L(incl. piles, LS 1 $820,964.00 $820,964.00 amenities, utilities) C8 Refurbish, Relocate&Reinstall Exist. EA 4 $10,000.00 $40,000.00 Security Gate- Docks A, B,C, D C9 Refurbish, Relocate &Reinstall Exist. EA 1 $10,000.00 $10,000.00 Security Gate- Dock L Subtotal:$12,666,308.00 Shoreside Site&Utility Improvement No. Description Unit Qty Unit Price Ext Price D1 Mobilization(Max. 5%of Part D) LS 1 $10,000.00 $10,000.00 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B �L Report Created On:4/26/2023 9:11:47 PM D2 Shoreside Site&Utility Impr.- Docks A LS 1 $168,064.00 $168,064.00 and B(Phase 1) D3 Shoreside Site&Utility Impr.- Docks C LS 1 $71,115.00 $71,115.00 and D(Phase 2) D4 Shoreside Site&Utility Impr.- Dock L LS 1 $229,834.00 $229,834.00 (Phase 1) D5 Accessible Parking Space,Signage, EA 2 $32,203.00 $64,406.00 Striping and ISA Logos Subtotal:$543,419.00 Shoreside Electrical Improvements No. Description Unit Qty Unit Price Ext Price E1 Mobilization(Max. 5%of Part E) LS 1 $72,153.00 $72,153.00 E2 Electrical Demolition LS 1 $50,000.00 $50,000.00 E3 Dock Service Disconnect EA 6 $16,527.00 $99,162.00 E4 Meter Socket and CT Enclosure EA 6 $11,164.00 $66,984.00 E5 Conduit and Underground Ductbank LS 1 $299,622.00 $299,622.00 E6 Electrical Racks LS 1 $68,231.00 $68,231.00 E7 Costs for New AEP Service(Allowance) AL 1 $60,000.00 $60,000.00 E8 Transformer Pad and Associated EA 6 $3,697.00 $22,182.00 Electrical E9 Electrical Feeders LS 1 $704,719.00 $704,719.00 Subtotal: $1,443,053.00 Additive Alternate 1 -Dredge Basin 1A No. Description Unit Qty Unit Price Ext Price F1 Mobilization(Max. 5%of Part F) LS 1 $10,000.00 $10,000.00 F2 Dredge Basin 1A(-9.0') CY 7720 $16.00 $123,520.00 F3 Overdredge Allowance for Basin 1A(to- CY 1300 $13.00 $16,900.00 9.5') F4 Dredge Basin 1A Material Disposal (incl. CY 9020 $23.00 $207,460.00 transport, permits,fees) Subtotal:$357,880.00 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4.B L Report Created On:4/26/2023 9:11:47 PM Additive Alternate 2-Dredge Basin 1B No. Description Unit Qty Unit Price Ext Price G1 Mobilization(Max. 5%of Part G) LS 1 $10,000.00 $10,000.00 G2 Dredge Basin 1 B(-9.0') CY 8500 $16.00 $136,000.00 G3 Overdredge Allowance for Basin 1 B(to- CY 3500 $13.00 $45,500.00 9.5') G4 Dredge Basin 1 B Material Disposal(incl. CY 12000 $23.00 $276,000.00 transport, permits,fees) Subtotal:$467,500.00 Additive Alternate 3-Dredge Basin 2A No. Description Unit Qty Unit Price Ext Price H1 Mobilization(Max. 5%of Part H) LS 1 $10,000.00 $10,000.00 H2 Dredge Basin 2A(-9.0') CY 4000 $16.00 $64,000.00 H3 Overdredge Allowance for Basin 2A(to- CY 1900 $13.00 $24,700.00 9.5') H4 Dredge Basin 2A Material Disposal (incl. CY 5900 $23.00 $135,700.00 transport, permits,fees) Subtotal:$234,400.00 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B CONTRACT DOCUMENTS FOR CONSTRUCTION OF REPLACE MARINA PIERS A- D L PROJECT NUMBER 2102E c tk LKL CORPOR It ugt ENGINEERING 2725 SWANTNER DR. CORPUS CHRISTI, TEXAS 78404 (361) 854-3101a '�d�� W,WWWWW'WWyW /� WW WWW JAMESIOIJI WRPM.� 62 IIID IIII IIII IIIIG,, ��IIIIC������ IVIG IIIIG,,,, �� VIII IIID VIII °°°"IIIIG�IIIII IIII � '�`�'�'°'g ��`'`�� Record Draw ng Number BAF-259 FEBRUARY 2023 JOB NO,43431.01.00 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 01 Seals Page 00 01 02 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement(Rev 12-2021) 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev4-2022) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 0123 10 Alternates and Allowances(Revs-2020) 01 29 01 Measurement and Basis for Payment(Rev 5-2020) 013301 Submittal Register(Rev 10-2018) 0135 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications 021020 Site Clearing& Stripping 021080 Removing Abandoned Structures 022020 Excavation & Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022040 Street Excavation 022100 Select Material 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils, & Emulsions Table of Contents 000100- 1 REPLACE MARINA PIERS A-D& L: #21026 Rev 5/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Division/ Title Section 025412 Prime Coat 025424 Hot Mix Asphalt Concrete Pavement 025610 Concrete Curb& Gutter 025612 Concrete Sidewalk& Driveways 025802 Temporary Traffic Controls During Construction 025807 Pavement Markings 025813 Preformed Thermoplastic Striping,Words and Emblems 025816 Raised Pavement Markers 025818 Reference Spec—TXDOT DMS-4200 Pavement Markers (Reflectorized) 025828 Reference Spec—TXDOT DMS-6130 Bituminous Adhesive For Pavement Markers 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe& Fittings 026210 PVC Pipe—AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves&Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 026602 Wastewater Force Main 027200 Control of Wastewater Flows 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 050200 Welding 055420 Frames, Grates, Rings and Covers Part T Technical Specifications 2C4[1] Pile Driving 6A3[1] Wood Docks and Piers 13F6 Concrete Floating Dock 35 20 23 Dredging Table of Contents 000100-2 REPLACE MARINA PIERS A-D& L: #21026 Rev 5/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Division/ Title Section Electrical Specifications: 26 05 00 Common Work Results for Electrical 2605 19 Low-Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 53 Identification for Electrical Systems 26 24 16 Panelboards 26 28 16 Enclosed Switches and Circuit Breakers Appendix 1 Geotechnical Report—intertek PSI, Nov. 17, 2021 2 Material Analysis Letter Report—intertek PSI,Jan. 3, 2022 3.1 USACE Permit 3 3.2 USACE Letter of Permission 3.3 Manatee Poster 3.4 Sea Turtle, Marine Mammals, and Birds Poster 4 TXDOT Traffic Control Standard Details City Marina Record Drawing Excerpts (FOR GENERAL REFERENCE ONLY): 5 5.1 BAF 192 Sheet 26—GEI, 1989 (Bulkhead at Docks A and B) 5.2 BAF 220 Sheets 51, 54—SMA, 2003 (Bulkhead at Docks C and D) 5.3 BAF 101 Sheet 16A—Myers, Noyes& Forrest, 1938 (Bulkhead at Dock L) END OF SECTION Table of Contents 000100-3 REPLACE MARINA PIERS A-D& L: #21026 Rev 5/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B OO 0101 SEALS MAGE JAMES L. URBAN, P. E. jimu urbaneng,com PRINCIPAL IN CHARGE DLII R�3AN�`' URBAN ENGINEERING, LLC -JAMES 6216 ..a 2725 SWANTNER DR. CORPUS CHRISTI, TEXAS 78404 fi •,.v^lsrE .. `�`Ze (361) 854-3101' EXT.215 �W� L M"► ' 4n o0��'����OFF Tom} 4;a°° a JOSE B. MARTINEZ, JR., P. E. �aaa$ao°a°a°a aeaaa eaaa........ imartinez@bathgroup.com JOSE B. MARTINEZ JR N °....ansa a....aaaa.0....aacaaa° ELECTRICAL ENGINEERING a 89385 BATH ENGINEERING CORP. /CC 'r ana.. �\ 5656 S. STAPLES STE. 110 a� L CORPUS CHRISTI, TEXAS 78411' �-' � (361) 992-2284 EXT, 105 r16 ` END OF SECTION 1 of 1 0001 01 REPLACE MARIA PIERS A-D& L: 20126 Rev 112022 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 00 01 02 LIST OF DRAWINGS Sheet No. DRAWING TITLE 1 TITLE SHEET& SHEET INDEX 2 AERIAL SITE LAYOUT 3 ESTIMATED QUANTITIES SUMMARY, LEGEND 4 GENERAL NOTES (1 OF 2) 5 GENERAL NOTES (2 OF 2) 6 PROPOSED PHASING PLAN, LAYDOWN AREA, CONTROL POINTS 7 DEMOLITION PLAN 8 OVERALL DREDGING LAYOUT & DREDGE NOTES 9 DREDGE BASIN 1 &ADD. ALTS. 1 -2 10 DREDGE BASIN 2 &ADD. ALT. 3 11 DREDGE CROSS SECTIONS (1 OF 3) 12 DREDGE CROSS SECTIONS (2 OF 3) 13 DREDGE CROSS SECTIONS (3 OF 3) 14 DREDGE CROSS SECTIONS—ADD. ALTS. 1 AND 2 (1 OF 3) 15 DREDGE CROSS SECTIONS—ADD. ALTS. 1 AND 2 (2 OF 3) 16 DREDGE CROSS SECTIONS—ADD. ALTS. 1 AND 2 (3 OF 3) 17 DREDGE CROSS SECTIONS—ADD. ALT. 3 (1 OF 2) 18 DREDGE CROSS SECTIONS—ADD. ALT. 3 (2 OF 2) 19 PROPOSED DOCKS A & B 20 PROPOSED DOCKS C & D 21 PROPOSED DOCK L 22 DOCK L— FIXED ENTRY DOCK 23 DOCK L— FIXED ENTRY DOCK DETAILS 24 DOCK DETAILS (1 OF 3) 25 DOCK DETAILS (2 OF 3) 26 DOCK DETAILS (3 OF 3) List of Drawings 00 01 02 REPLACE MARINA PIERS A-D & L: #21026 Page 1 of 3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 27 SHORESIDE SITE, WATER, WASTEWATER IMPROVEMENTS— DOCKS A & B 28 SHORESIDE SITE, WATER, WASTEWATER IMPROVEMENTS— DOCKS C & D 29 SHORESIDE SITE, WATER, WASTEWATER IMPROVEMENTS— DOCK L SHORESIDE SITE, WATER, WASTEWATER IMPROVEMENTS— DOCK A 30 ENTRY SHORESIDE SITE, WATER, WASTEWATER IMPROVEMENTS— DOCK B 31 ENTRY SHORESIDE SITE, WATER, WASTEWATER IMPROVEMENTS— DOCK C 32 ENTRY SHORESIDE SITE, WATER, WASTEWATER IMPROVEMENTS— DOCK D 33 ENTRY SHORESIDE SITE, WATER, WASTEWATER IMPROVEMENTS— DOCK L 34 ENTRY 35 SHORESIDE IMPR. DETAILS (1 OF 2) 36 SHORESIDE IMPR. DETAILS (2 OF 2) 37 DOCK & SLIP ID SIGNS 38 ELECTRICAL LEGEND AND NOTES 39 ELECTRICAL SITE PLAN 40 DOCK A & B SHORE SIDE ELECTRICAL DEMOLITION 41 DOCK C & D SHORE SIDE ELECTRICAL DEMOLITION 42 DOCK A, B, C, & D ELECTRICAL DEMOLITION PHOTOS 43 DOCKS A, B, C, & D ELECTRIC SERVICE DEMOLITION 44 DOCKS A & B SHORE SIDE ELECTRICAL PLAN 45 DOCKS C & D SHORE SIDE ELECTRICAL PLAN 46 DOCK L SHORE SIDE ELECTRICAL PLAN 47 DOCKS A & B ELECTRICAL PLAN 48 DOCKS C & D ELECTRICAL PLAN 49 DOCK L ELECTRICAL PLAN 50 ELECTRICAL ONE LINE DIAGRAMS DEMOLITION 51 ELECTRICAL ONE LINE DIAGRAMS NEW 52 ELECTRICAL DETAILS SHEET 1 OF 2 53 ELECTRICAL DETAILS SHEET 2 OF 2 List of Drawings 00 01 02 REPLACE MARINA PIERS A-D & L: #21026 Page 2 of 3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 54 PANEL SCHEDULES 55 CONDUIT SCHEDULES SHEET 1 OF 3 56 CONDUIT SCHEDULES SHEET 2 OF 3 57 CONDUIT SCHEDULES SHEET 3 OF 3 58 TRAFFIC CONTROL LEGEND, TABLES, AND GENERAL NOTES 59 TEMPORARY TRAFFIC CONTROL—COOPER'S ALLEY L-HEAD 60 TEMPORARY TRAFFIC CONTROL— LAWRENCE ST. T-HEAD PHASE 1 61 TEMPORARY TRAFFIC CONTROL— LAWRENCE ST. T-HEAD PHASE 2 62 CURB, GUTTER, AND SIDEWALK STANDARD DETAILS 63-66 WATER STANDARD DETAILS (4 SHEETS) 67-70 WASTEWATER STANDARD DETAILS (4 SHEETS) List of Drawings 00 01 02 REPLACE MARINA PIERS A-D & L: #21026 Page 3 of 3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B l " yA 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on , is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Replace Marina Piers A-D& L Project Number 21026 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Dr. Corpus Christi,Texas,78404 JimU@urbaneng.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel Asst. Director of Engineering Services-Construction Management 4917 Holly Rd. Building#5 Corpus Christi,Texas 78411 brettvh@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 608 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 638 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 $1,800 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 400 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 $ Agreement 005223-2 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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. 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. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 REPLACE MARINA PIERS A-D& L:#21026 Rev 12/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article 2—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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 singularform, 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 CAR'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:A8008A7E-BCD4-487D-9696-250794392C4B 32. Milestone-A principal event in the performance of the Workthat 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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. ARTICLES—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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 CAR'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:A8008A7E-BCD4-487D-9696-250794392C4B 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 5.05.8. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary General Conditions 007200-26 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 by the 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 forthe 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 contraryto 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 adjacentto 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 50% 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B E. Contractor may submit a Change Proposal,or Owner may file a Claim,seeking an adjustment in the Contract Price within 30 days of CAR'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:A8008A7E-BCD4-487D-9696-250794392C4B ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION,REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK 16.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 16.02 Tests, Inspections and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work, 6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 16.03 Defective Work A. It is Contractor's obligation to ensure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. General Conditions 007200-65 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 CAR'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:A8008A7E-BCD4-487D-9696-250794392C4B 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 forthis part ofthe 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 mayterminate Contractor's performance underthis 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 Article 25 for approval of product Certified Test Report Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions 007200- 106 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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. 27.05 Float Time A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path,the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. General Conditions 007200- 123 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 bythe 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 Intertek PSI Urban Engineering Bath Engineering Perennial Environmental Services ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 Supplementary Conditions 007300- 1 REPLACE MARINA PIERS A-D& L:#21026 Rev 4/2022 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 3. A total of 72 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. 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: a. Geotechnical Engineering Report— Replace Marina Piers A-D& L, intertek PSI, Nov. 17, 2021 2. Material Report include the following: a. Material Sample Analysis Letter Report-21026 Replace Marina Piers A-D & L, intertek PSI,January 3, 2022. SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard $1,000,000 Per Occurrence 5. Products/Completed Operations Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors Supplementary Conditions 007300-2 REPLACE MARINA PIERS A-D& L:#21026 Rev 4/2022 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 XD 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 ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required 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 Sun-up a.m. and Sun-down p.m. Monday through Saturday 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." Supplementary Conditions 007300-3 REPLACE MARINA PIERS A-D& L:#21026 Rev 4/2022 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Supplementary Conditions 007300-4 REPLACE MARINA PIERS A-D& L:#21026 Rev 4/2022 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B "General Decision Number: TX20230021 01/06/2023 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). �If the contract is entered 1. Executive Order 14026 pinto on or after January 30, 1 generally applies to the 12022, or the contract is I contract. renewed or extended (e.g., an 1. The contractor must pay loption is exercised) on or I all covered workers at lafter January 30, 2022: 1 least $16.20 per hour(or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2023. �If the contract was awarded ons. Executive Order 13658 for between January 1, 2015 andl generally applies to the January 29, 2022, and the I contract. contract is not renewed or 1. The contractor must pay alll lextended on or after January I covered workers at least 130, 2022: 1 $12.15 per hour(or the applicable wage rate listed) on this wage determination,1 if it is higher) for all hours spent performing on that contract in 2023. 1 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this file:///C/Users/elsak/Downloads/tx21%20NUECES%20%20HEAVY.txt[1/10/2023 3:15:24 PM] DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX1987-001 12/01/1987 Rates Fringes CARPENTER(Excluding Form Setting).........................$ 9.05 Concrete Finisher................$ 7.56 ELECTRICIAN......................$ 13.37 ** 2.58 Laborers: Common......................$ 7.25 ** Utility.....................$ 7.68 Power equipment operators: Backhoe.....................$ 9.21 ** Motor Grader................$ 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- 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 file:///C/Users/elsak/Downloads/tx21%20NUECES%20%20HEAVY.txt[1/10/2023 3:15:24 PM] DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average file:///C/Users/elsak/Downloads/tx21%20NUECES%20%20HEAVY.txt[1/10/2023 3:15:24 PM] DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate)ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour 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 file:///C/Users/elsak/Downloads/tx21%20NUECES%20%20HEAVY.txt[1/10/2023 3:15:24 PM] DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue,N.W. Washington, DC 20210 2.)If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue,N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data,project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.)If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue,N.W. Washington, DC 20210 4.)All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISIO" file:///C/Users/elsak/Downloads/tx21%20NUECES%20%20HEAVY.txt[1/10/2023 3:15:24 PM] DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B "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). �If the contract is entered Executive Order 14026 linto on or after January 30, generally applies to the 12022, or the contract is contract. l lrenewed or extended (e.g., an 1. The contractor must pay loption is exercised) on or all covered workers at lafter January 30, 2022: least $16.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2023. lIf the contract was awarded onl. Executive Order 13658 for between January 1, 2015 andl generally applies to the lJanuary 29, 2022, and the contract. l lcontract is not renewed or The contractor must pay alll Iextended on or after January covered workers at least 130, 2022: l $12.15 per hour (or the applicable wage rate listedl on this wage determination,l if it is higher) for all l hours spent performing on that contract in 2023. l l file:///C/Users/elsak/Desktop/Wage%2ODetermination/2023/tx29%20ARANSAS,%2ONUECES%20-%20HIGHWAY.txt[1/10/2023 3:17:48 PM] DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 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 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. ---------------------------------------------------------------- ---------------------------------------------------------------- file:///C/Users/elsak/Desktop/Wage%2ODetermination/2023/tx29%20ARANSAS,%20NUECES%20-%20HIGHWAY.txt[1/10/2023 3:17:48 PM] DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B ** 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 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 ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, file:///C/Users/elsak/Desktop/Wage%2ODetermination/2023/tx29%20ARANSAS,%20NUECES%20-%20HIGHWAY.txt[1/10/2023 3:17:48 PM] DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: file:///C/Users/elsak/Desktop/Wage%2ODetermination/2023/tx29%20ARANSAS,%20NUECES%20-%20HIGHWAY.txt[1/10/2023 3:17:48 PM] DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B * 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 (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" file:///C/Users/elsak/Desktop/Wage%2ODetermination/2023/tx29%20ARANSAS,%20NUECES%20-%20HIGHWAY.txt[1/10/2023 3:17:48 PM] DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES A. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Urban Engineering 361-854-3101 James L. Urban, P. E—Principal Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks& Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div.for Traffic Signals 361-826-1610 Solid Waste& Brush 361-826-1973 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions 007300-5 REPLACE MARINA PIERS A-D& L:#21026 Rev 4/2022 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B ARTICLE 23—MINORITY/MBD/DBE PARTICIPATION POLICY SC-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 for this Project has been established to be 45%. 2. Minority Business Enterprise participation goal for this Project has been established to be 15%. 3. Disadvantaged Business Enterprise participation goal for this Project has been established to be 0%. ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description Provide all Shop Drawings as called for in the documents. Refer to Section 0133 01 Submittal Register. SC-25.12 RESUBMISSION REQUIREMENTS A. Pay for excessive review of Shop Drawings. 1. 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 below: a. $210/Hour ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description Provide all Shop Drawings as called for in the documents. Refer to Section 0133 01 Submittal Register. SC-30.21 Notices. A. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 007300-6 REPLACE MARINA PIERS A-D& L:#21026 Rev 4/2022 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 demolition of existing Docks A, B, C, and D at the Corpus Christi Marina, dredging of the Marina basin in the vicinity of the docks, and construction of new concrete floating Docks A, B, C, D, and L, along with related amenities including fixed dock entry at Dock L, shoreside sitework for the proposed water, wastewater, and electrical improvements to serve each dock. Work will be conducted in 2 Phases to allow for existing tenants to be temporarily relocated during each Phase. Marina activity will be ongoing during construction, requiring coordination during staging and phasing of the work. Conditions of the USACE permit (obtained by the City) will apply. Additive Alternates for 3 additional dredge areas are to be included in each bid. 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. Summary of Work 011100- 1 REPLACE MARINA PIERS A-D& L:#21026 Rev 10/2018 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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: 1. City will reconnect security/IT systems at each Dock entry. Contractor shall make site available to facilitate the reconnections. 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. 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 10/2018 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate,and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. C. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per Article 19 of SECTION 0172 00 GENERAL CONDITIONS. b. Cost for labor and equipment for installation and finishing. C. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Submit a Change Proposal per Article 12 of SECTION 00 72 00 GENERAL CONDITIONS to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for products specified as Unit Price Work. Alternates and Allowances 012310- 1 REPLACE MARINA PIERS A-D& L:#21026 Rev 5/2020 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B b. Do not perform Work until selection of alternate has been approved by the Owner. C. Provide actual invoices for the materials. C. The Bid Items described as "Allowances for Unanticipated Items" 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 Unanticipated 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 Unanticipated Allowance bid 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. Additive Alternate 1—Dredge Basin 1A B. Additive Alternate 2—Dredge Basin 113 C. Additive Alternate 3—Dredge Basin 2A 1.04 DESCRIPTION OF ALLOWANCES A. Allowance Item A2— 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. Contractor shall fill in the Allowance amount in the Bid Form, up to but not to exceed 2%of the total Bid amount (including the Additive Alternates). Payment amount will be based on documentation of the actual costs of project specific bonds and insurance, not to exceed 2%of the total Awarded bid amount (for example, maximum payment is 2%of the Base Bid amount if no Additive Alternates are awarded). B. Allowance Item A5—Allowance for Unanticipated Items 1. This mandatory Allowance amount is set at$250,000 for all bids and may be used at the Owner's discretion as described above in paragraph 1.01C. C. Allowance Item E7 -Costs for New AEP Service: 1. This mandatory Allowance amount is set at$60,000 for all bids and is to be used for the AEP charges to provide the AEP Transformers in accordance with paragraph 1.0113 above. The actual payment amount will be based on documentation of actual AEP charges. Alternates and Allowances 012310-2 REPLACE MARINA PIERS A-D& L:#21026 Rev 5/2020 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-3 REPLACE MARINA PIERS A-D& L:#21026 Rev 5/2020 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 Items Al, B1, C1, D1, E1, F1, G1, H1—Mobilization (Maximum 5%of each Part): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; C. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 0129 01- 1 REPLACE MARINA PIERS A-D& L: #21026 Rev 5/2020 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work 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 A-2—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 for this Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. C. Bid Items C2, C3, C4, C5, C6 Floating Concrete Docks A, B, C, D, L 1. Payment shall include the costs of each floating concrete dock system complete and in place, including all piles,dockside amenities, dockside water,wastewater,and electrical utility systems, dockside fire protection system, gangway, dock boxes, dock and slip I.D. signs, and all other dockside items as indicated in the plans and specifications for a fully functional dock system. 2. Measurement for payment shall be based on the earned value of each dock as described above in 1.01. D. Bid Item C7 Fixed Entry Dock—Dock L 1. Payment shall include the cost of the new fixed entry portion of Dock L complete and in place, including all new piles, dockside amenities, dockside water, wastewater, and electrical utility systems, dockside fire protection system, dock boxes, dock and slip I.D. signs, and all other dockside items as indicated in the plans and specifications for a fully functional dock system. 2. Measurement for payment shall be based on the earned value of the Fixed Entry Dock portion of Dock L as described above in 1.01. E. Bid Items C8, C9 Refurbish & Reinstall Existing Security Gate 1. Payment shall include the cost of removal of existing gates,fence, and frames, disposal of components that will not be reused (such as the chain link fence and round frame segments), preparation of and re-galvanizing the existing components that will be reused, providing the new segments of galvanized punched steel fencing with frame to replace the former chain link components, relocating as shown on plans and reinstallation for a fully functional and uniform gate system. 2. Measurement for payment of each completed and installed refurbished security gate and fencing (including the new components) shall be per each Gate as described in the Bid Form. Measurement and Basis for Payment 0129 01-2 REPLACE MARINA PIERS A-D& L: #21026 Rev 5/2020 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B F. Bid Items D2, D3, D 4 Shoreside Site& Utility Improvements 1. Payment shall include the costs of all shoreside site and utility improvements complete and in place, including all water, wastewater, fire hydrants, FDC pedestals, Key Boxes, IT casing,sidewalk and pavement repair as indicated in the plans and specifications. This item does not include shoreside electrical improvements which are paid under Part E of the Bid Form, but it does include the sidewalk and pavement repair for the electrical site improvements. 2. Measurement for payment shall be based on the earned value of the site and utility improvements as described above in 1.01. G. Bid Item D5 Accessible Parking Space Signage, Striping and ISA Logos. 1. Payment shall include the costs to restripe and provide logos and signage per TAS and TAC 68.104. 2. Measurement for payment of each completed accessible parking space as describe in the bid form. H. Bid Items E2, E3, E4, E5, E6, E8, E9 Shoreside Electrical Improvements 1. Payment shall include the costs of shoreside including demolition of existing electrical system, installation of new electrical distribution system from utility to dock mounted electrical panels, new electric services for each dock including meter racks and service disconnects, all underground electrical feeders, and all other dockside items as indicated in the plans and specifications for a fully functional dock system. 2. Measurement for payment shall be based on the earned value of each dock as described above in 1.01. I. 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, Schedule of Values, and/or Bid Form. Payment for work required to complete this project as shown and described but not specifically itemized or listed in the Bid Form shall be considered subsidiary to the most applicable Bid Item. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 0129 01-3 REPLACE MARINA PIERS A-D& L: #21026 Rev 5/2020 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 0133 01 Submittal Register 022100 Select Material Record Data 025223 Crushed Limestone Flexible Base Record Data 025404 Asphalts,Oils,&Emulsions Record Data 025412 Prime Coat Record Data 025424 Hot Mix Asphalt Concrete Pavement Record Data 025802 Temporary Traffic Controls During Construction Shop Drawing 025807 Pavement Markings Record Data 025813 Preformed Thermoplastic Striping,Words and Emblems Record Data 025816 Raised Pavement Markings Record Data 025818 Pavement Markings(Reflectorized) Record Data 025828 Bituminous Adhesive for Pavement Markers Record Data 026206 Ductile Iron Pipe&Fittings Record Data 026210 PVC Pipe-AWWA C900 Record Data 026402 Waterlines Record Data 026404 Water Service Lines Record Data 026409 Tapping Sleeves&Tapping Valves Record Data 026411 Gate Valves for Water Lines Record Data 026416 Fire Hydrants Record Data 026602 Wastewater Force Main Record Data 027200 Control of Wastewater Flows Shop Drawing 032020 Portland Cement Concrete Record Data 032020 Reinforcing Steel Record Data 055420 Frames,Grates,Rings and Covers Record Data 2C4 Pile Driving Shop Drawing 6A3 Wood Docks and Piers Shop Drawing 131`6 Concrete Floating Dock Shop Drawing 35 20 23 Dredging Shop Drawing 2605 19 Low-Voltage Electrical Power Conductors and Cables Record Data 2605 26 Grounding and Bonding for Electrical Systems Record Data 2605 33 Raceways and Boxes for Electrical Systems Record Data 26 05 43 Underground Ducts and Raceways for Electrical Systems Record Data 2624 16 Panelboards Shop Drawing 2628 16 Enclosed Switches and Circuit Breakers Record Data CONTRACTOR SHALL SUBMIT ALL DOCUMENTATION,SCHEDULES,WORK PLANS,PRODUCT DATA,SHOP DRAWINGS,AND RECORD DRAWINGS AS CALLED FOR IN THE CITY CONTRACT DOCUMENTS,SPECIFICATIONS,AND DRAWINGS. THE LIST ABOVE IS PROVIDED AS A GENERAL GUIDE TO FACILITATE SUBMITTALS AND IS NOT ALL INCLUSIVE. LACK OF A SPECIFIC LISTING IN 0133 01 DOES NOT CONSTITUTE A WAIVER OF A REQUIREMENT ELSEWHERE DESCRIBED IN THE DOCUMENTS. Submittal Register 01 33 01-1 REPLACE MARINA PIERS A-D L:#21026 10/2018 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. Refer to Phasing Plans in the Drawings. B. Refer to Construction Drawings and Specifications. C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures 013500- 1 REPLACE MARINA PIERS A-D& L:#21026 Rev 10/2018 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 1.03 OWNER EVENTS A. A number of special events will be held at the City Marina and at nearby venues in the vicinity such as Shoreline Blvd. and Water's Edge Park. A tentative schedule of planned events and activities at the locations around the project work area is listed below. Work on this Project shall not interfere with the scheduled events and activities and requires coordination and may require temporary partial shutdown. Contractor shall coordinate the schedule on all work to minimize disruption or interference with special events and ongoing activities. This coordination has been factored into the allowable construction days listed in 00 52 23 Agreement and shall be considered in the Contractor's work schedule. B. Annual events in the vicinity of this project which will require coordination to minimize disruption or interference include: Buc Days Carnival First 2 weeks in May (tentative) Beach to Bay Relay Marathon May(tentative) 4th of July Celebrations July Harbor Lights Festival December C. Ongoing activities for which access must be maintained include: Marina Boat Yard Services Access for boaters on Docks R, S,T, U and piers All other piers and slips with active tenants Joe's Crab Shack Corpus Christi Yacht Club Jane's Bait Stand Marina Offices and Boater's Facility D. Planned Regattas include: TSA Youth Regatta Changes N Latitude March 12-13, 2022 Surfin Safari June 11-12, 2022 (approx. dates) Mayor's Cup July 4, 2022 J24 Worlds July 12-24, 2022 Great Pumpkin Regatta October 29, 2022 2023-24-Similar Regattas as listed above 2023-24(Dates TBD) 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-2 REPLACE MARINA PIERS A-D& L:#21026 Rev 10/2018 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 8/2019 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 8/2019 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 may 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 8/2019 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 8/2019 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 8/2019 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 (NOI AND NOT)—NOT REQUIRED 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 (total disturbed surface area for this project is less than 1 acre): 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 8/2019 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 8/2019 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 8/2019 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream,the Corpus Christi Bay. 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 Wastewater Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER— NOT APPLICABLE A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be[US Ecology(USET)in Robstown,Texas or Texas Molecular in Corpus Christi,Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for Temporary Controls 015700-5 REPLACE MARINA PIERS A-D& L:#21026 Rev 8/2019 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 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 REPLACE MARINA PIERS A-D& L:#21026 Rev 8/2019 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B PART "S" STANDARD SPECIFICATIONS DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B (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:A8008A7E-BCD4-487D-9696-250794392C4B (8) Backfill A. Backfill Procedure Around Pipe(Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement-stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench,in layers not to exceed ten(10)inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans,but not less than 95%Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve(12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe(Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one(1)foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement),wetted if required to obtain proper compaction,and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95%Standard Proctor density,unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four(24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density(ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12)inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch(304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration(OSHA). C. Federal Register 40 CFR(Vol. 55,No. 222)Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water-bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures,piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality(TCEQ)regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality(TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 mg/L Total Lead Initial+Weekly 0.1 mg/L Benzene Initial+Weekly 0.005 mg/L Total BTEX Initial+Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial+Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator(City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time,replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond +1% deviation from the required moisture or density requirement. Irregularities exceeding 1/2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B (C) Curb Backfill and Topsoil(Sidewalks, Parkways,Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right-of-Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right-of- way lines shall be made at a slope of three horizontal to one vertical(3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically-stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre-approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18-kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub-base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway- legal rubber-tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps,rock fragments, or other debris No clay lumps greater than 2"diameter Liquid Limit(L.L.): < 35 Plasticity Index (P.I.)Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth(or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence- This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike- This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 j oint or score mark. For j ointed 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev.11-9-2016 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B (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 repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60°F and falling, but it may be applied when the air temperature is above 50°F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE-P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage-heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025412 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Prime shall be applied at a temperature within the recommended range per City Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85%of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40%by weight for the surface course and 45%for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10%uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2.1.3 Filler shall consist of dry stone dust,Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement(RAP). Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the j ob-mix to be used for the project,unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications,and when properly placed the j ob-mix will be durable 025424 Page 2 of 8 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B *2-8 when TxDOT Test Method Tex-200-F,Part H(Washed Sieve Analysis)is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job-mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than#4. Variations from job-mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. 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. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4 of 8 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job-mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the job-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing,placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 j oint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer,placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5-foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk,joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2,white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 i 40M A, ND A R,I N G A ' i 7tb .. ....... 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non-removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible-reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, 025802 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B equipment, materials, personnel, and incidentals necessary to provide a safe condition during construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate,upon completion of the project. 025802 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type 11 Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings. Type 11 Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop-on glass beads conforming to TxDOT Departmental Material Specification DMS-8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations -Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray-type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross-sections and clear-out edges without running of 025807 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B spattering and within the limits for straightness set forth herein. Suitable adjustments shall be provided on the sprayer(s) of a single machine or by furnishing additional equipment for marking the width required. 3.3 Preparation of Existing Surface - Immediately before application of the paint or thermoplastic, the existing surface shall be dry and entirely free from old pavement markings and markers, dirt, grease, oil, acids, laitance, or other foreign matter which could reduce the bond between the marking and the pavement. The surface shall be thoroughly cleaned by sweeping and blowing as required to remove all dirt, laitance and loose materials. Areas that cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10% Na3PO4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings. At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 1/2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All markings shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 or more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment for inspecting and sampling of 025807 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall not be removed from the job site or destroyed without permission. The Contractor shall make an accurate accounting of the paint materials used in the accepted work. 3.6 Protection - After application, all markings shall be protected while drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible for protecting the markings and shall erect or place suitable warning signs, flags or barricades, protective screens or coverings as required. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, drippings of paint or other materials. 3.7 Defective Workmanship or Material - When any material not conforming to the requirements of the specifications or drawings has been delivered to the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement markings shall be measured by the square foot or linear foot of each type of marking. Eliminating existing pavement markings and markers will not be measured and paid for separately, but shall be subsidiary to the pavement marking items. Payment shall be full compensation for furnishing all materials and for eliminating existing pavement markings and markers, for all preparation, layout and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025807 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B (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 aperiod 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 11-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:A8008A7E-BCD4-487D-9696-250794392C4B DEPARTMENTAL MATERIA LS SPECIFICATION PAVEMENT AJARKERS(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/M&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXAS DEPARTMENT OF TRANSPORTATION 1 —7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DEPARTMENTAL MATERIA LS SPECIFICATION PAVEMENT AJARKERS(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:A8008A7E-BCD4-487D-9696-250794392C4B DEPARTMENTAL MATERIA LS SPECIFICATION PAVEMENT AJARKERS(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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B DEPARTMENTAL MATERIA LS SPECIFICATION PAVEMENT AJARKERS(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/M&P; • the producer has unpaid charges for failing samples; or • qualified RPMs demonstrate repeated and large-scale performance problems in the field. H. Re-Qualification. Suppliers disqualified and removed from the MPL may submit materials for requalification after submitting documentation identifying the cause of the problem and corrective action taken. 4200.6. Material Requirements. All RPMs must meet all requirements, except for requirements specified for a specific type. A. Reflectorized Types. • Type I-A must contain one face that reflects amber light. The body, other than the reflective face, must be yellow. • Type I-C must contain one face that reflects white light. The body, other than the reflective face, must be white or silver-white. • Type I-R must contain one face that reflects red light. The body, other than the reflective face, must be white or silver-white. • Type II-A-A must contain two reflective faces oriented 180° to each other, each of which must reflect amber light. The body, other than the reflective faces, must be yellow. TEXAS DEPARTMENT OF TRANSPORTATION 5-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) • Type 11-GR 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 0.21 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-B. The temperature will be 140°F with the marker in a vertical position. The SI of the pavement marker must not be less than 80% of its initial value after being subjected to the heat test. TEXAS DEPARTMENT OF TRANSPORTATION 6-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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-lb. weight in the form of a 2-in. solid right-circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre-qualification. 4200.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 7-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DEPARTMENTAL MATERIALS SPECIFICATION BITVMINOVS ADHESIVE 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(77F), 0.1 mm ASTM D 5 10 20 15 254 Flow, 5 hr., 70°C(158°F),mm 5 54 Heat Stability Flow, 5 hr., 70°C(158°F),mm 5 5 Viscosity, 10 rpm,204°C(400°F),Pa-s 7.5 7.5 Flash Point, C.O.C., °F ASTM D 92 550 550 Ductility, 5 cm/min, 77°F, cm AASHTO T 51 - 15 - Flexibility, 1 in.mandrel,90°bend, 10 s ASTM D 3111 pass 1.Exception to ASTM D 5329;heat the sample as described in ASTM D 5, Section 7.1. 2.Exception to ASTM D 5329; condition the sample as described in"Test Methods." 3.As modified in"Test Methods" 4.Maximum penetration of 30 is allowed provided the result of the flow test is less than 1 mm. TEXAS DEPARTMENT OF TRANSPORTATION 1 —3 LAST REVIEWED:SEPTEMBER 2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DEPARTMENTAL A114TERI1 LS SPECIFICATION BITVMINOVS ADHESIVE FOR PA vEMENT 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 No.325) 75 -- Section 6130.4. 75 µm(No.200) 95 -- 100 -- 150µm(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 ± 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 fl. oz.) volume such as that specified in ASTM D 1796. Add 50 mL(1.7 fl. oz.) of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not TEXAS DEPARTMENT OF TRANSPORTATION 2-3 LAST REVIEWED:SEPTEMBER 2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DEPARTMENTAL MATERIALS SPECIFICATION BITVMINOVS ADHESIVE FOR PAVEMENT MARKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 900 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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B The maximum allowable leakage shall be as follows: Ductile Iron Pipe,AWWA C600 L= SD (P)'/2 or L=N D P '/2 133,200 7,400 Asbestos - Cement Pipe,AWWA C603 L=ND P i� 4,000 PVC Pipe-Uni-bell equation 99 L=ND P i� 7,400 WHERE: L=Maximum Allowable Leakage(gallons/hour) S =Length of Pipe Tested(feet) N=Number of Joints in Tested Line(pipe and fittings) D =Nominal Diameter of Pipe(inches) P=Average Test Pressure(psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be$100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay,but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905)required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to,but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place,per linear foot. 026210 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B (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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B (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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 1-1/2" & 2" sizes 026404 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 V 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:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 'Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box,box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement-stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants -Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff- The shutoff shall be of the compression type only. C) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch(6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications -Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Len. h- 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 (2-1/2")National Standard thread (7-1/2 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 Openings -Required. 026416 Page 1 of 3 Rev.3-25-15 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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-'/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) Operating5tem- 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:A8008A7E-BCD4-487D-9696-250794392C4B X) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. Y) Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. Z) Packing Gland or "O"-Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O"-ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6-inch line and fitting on the main; and shall be full compensation for all labor, materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 Rev.3-25-15 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 026602 WASTEWATER FORCE MAIN 1. DESCRIPTION This specification shall govern all work required for the installation of all wastewater force mains required to complete the project. 2. GENERAL REQUIREMENTS 1. All work shall be done in a workmanlike manner, in accordance with the drawings and specifications. 2. Prior to construction, the Contractor shall submit, for approval, certificates of inspection in duplicate to the Engineer from the pipe and fittings manufacturer(s) that said materials supplied have been inspected at the plant and meet the requirements of this specification. 3. It shall be the responsibility of the Contractor to keep on hand extra fittings and pipe, as he may deem necessary to make adjustments due to unknown obstructions, or to replace defective materials without delay to the project. When defective materials are discovered, they shall be immediately marked and removed from job site. 4. All pipe and fittings shall be clearly marked with trademark of manufacturer,batch number, location of plant, ASTM/ANSI/AWWA designation, size, pressure rating, class/SDR, and pressure rating. 5. Wastewater marking tape shall be continuously applied along the top of the force main, except at joints. The tape shall be green and 2 inches wide and state "Sewer". 3. MATERIALS A. Ductile Iron Pipe Fittings: See City Standard Specification Section 026206. B. PVC Pipe (AWWA C900 or C905): See City Standard Specification Section 026210. C. Concrete: Concrete shall have a minimum compressive strength of 3000 PSI at 28 days. 026602 Page 1 of 7 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B D. Bedding Sand for Encasement: Sand shall be as indicated on the drawings. E. Non-Standard Fittings: Fittings having non-standard dimensions or fabricated especially for this project shall have a minimum pressure rating of 250 psi and durability comparable to that of the system. Drawings and specifications for non-standard fittings shall be submitted for approval of the Engineer prior to construction. Couplings and adapters for DIP and PVC connections shall be considered non-standard fittings. F. Ceramic Epoxy Lining for Ductile Iron Pipe Fittings: When indicated in the drawings or Special Provisions, the interior of DI pipe and fittings shall be furnished with a factory applied ceramic epoxy lining. Lining material shall be Protecto 401 Ceramic Epoxy Lining, of 40 mils nominal dry thickness. The epoxy shall be fused to the interior of the pipe by heat, forming a securely bonded lining. 1. Operating Limits: The lining shall have the capability of withstanding operating temperatures from 0° F to 170° F and withstanding sewage with a minimum pH of 4.0. 2. Application: The interior surface of each pipe shall be blast-cleaned to remove high temperature oxide film and to form an anchor pattern over the entire surface prior to heating and lining. Epoxy lining is to cover the inner surface of the pipe, extending from the plain or beveled end to the rear of the gasket socket. 3. Adhesion: Pipe shall be checked at the point of manufacture to assure bond of the lining to the pipe. Any indication of separation of lining from pipe is cause for rejection. . 4. Entrapped Material: Any sizeable protrusion in the lining, obviously caused by lining over foreign materials, shall be cause for rejection. 5. Separations: Linings which have separations caused during the lining operation shall be rejected. 6. Damages to Lining: Injurious mechanical damage, such as chuck marks and gouges, extending to bare metal are not acceptable. The pipe having such a defect shall be rejected. 7. Lining Thickness: Linings of nominal 40 mil thickness shall generally equal or exceed 40 mil throughout the pipe. At pipe ends, lining thickness may taper for a distance of 4 inches from the ends, to a minimum of 20 mil thickness. However, the lining shall not deviate by more than 5 mil from the 40 mil nominal thickness as required through the pipe. The lining thickness of each pipe and fitting shall be taken at the point of manufacture using a general electric magnetic dry film thickness device, digital coating thickness gauge, Positector 2000, or approved 026602 Page 2 of 7 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B equal. Pipe and/or fittings with a lining thickness less than the minimum specified shall be rejected. 8. Bell and Plain End Overcoat: The bell socket and the last 2 inches of the plain end of each pipe shall be coated on the inside and outside with a factory applied mastic or epoxy coating. This coating shall be a minimum of 10 mil thickness and shall be Koppers 300M, Industrial Ruff Stuff, Roskote Mastic A-938, or equal. 9. Pinholes and/or Holidays: The inside surface of each pipe or fitting shall be free of pinholes, holiday discontinuities and any blister type surface imperfections. The manufacturer shall check each pipe and fitting for holidays at the point of manufacture with a high voltage holiday detection device. Tinker & Rasor Model AP-W, or approved equal. Testing shall be conducted at the voltage as calculated in Section 3: Testing and Voltages of the "Recommended Practice for High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation" as published by the National Association of Corrosion Engineers (NACE) Technical Practices Committee. All actual holiday testing procedures shall conform to NACE standard RP-02-74 and American Society for Testing Materials (ASTM) Designation: G62- (latest) "Standard Test Methods for Holiday Detection in Pipeline Coatings." No holidays, misses or skips larger than a pinhole will be accepted for repair. A maximum of 6 holidays, as defined in ASTM Standard G62 and as determined by the detection test described above, on any one standard pipe length, fitting or special may be repaired with epoxy. 10. Independent Testing Laboratory Representation: All testing as specified herein including the lining thickness test and the holiday test shall be witnessed by a representative from an approved independent testing laboratory. The independent laboratory shall be a member of the American Council of Independent Laboratories. Manufacturer must submit for approval by the City the name of the testing laboratory and actual qualifications of actual representative that will witness the testing. The manufacturer shall furnish three (3) copies of report by independent testing laboratory depicting results of all testing witnessed by the independent laboratory. 11. Field Testing: Each pipe and fitting is subject to inspection in the field by the City for conformance to these specifications prior to installation. Any defects as specified herein with any pipe or fittings shall be grounds for rejection. 12. Sealing Cut Ends and Repairing Field Damaged Areas: Remove burrs from field cut ends and smooth out edge of epoxy lining. Remove all traces of oil or lubricant used during field cutting operation. All areas of loose lining associated with the cutting operation shall be removed and the exposed metal cleaned by sanding or scraping. For larger areas, roughen the bare pipe surface with a small chisel to provide an anchor pattern for the epoxy. The epoxy lining shall be "stripped" back by chiseling, cutting or scraping about 1" to 2" into well adhered 026602 Page 3 of 7 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B lined area before patching. After removal of loose lining and dirt, the area to be patched shall be "scratched" or "gouged" to offer an anchor pattern for the epoxy. Include an overlap of 1" to 2" of roughened epoxy lining in the area to be epoxy coated. The roughening shall be done with a rough grade emery paper (40 grit), rasp, or small chisel. Avoid honing, buffing, or wire brushing since these tend to make surface to be repaired too smooth. With the area to be sealed or repaired absolutely clean and suitably "roughened," apply a thick coat of two-part coal tar epoxy. The detailed mixing and application procedure for the epoxy shall follow the epoxy manufacturer's instructions. This heavy coat of epoxy shall be "worked" into the scratched surface by brushing. The Contractor shall maintain a supply of epoxy on the job site as required to seal cut ends and repair damaged pipe when encountered. Epoxy shall be of the type recommended or supplied by the pipe manufacturer. 13. Warranty: A five year warranty shall be furnished by the manufacturer on the serviceability of the lining. This warranty shall include, but not be limited to the statement, at any time up to the end of the fifth year from the date of pipe shipment: a. The lining shall not have disbound. b. The lining shall not have suffered any appreciable underfilm migration. C. The interior pipe metal, at points of pinholes or holidays, shall not have suffered detrimental deterioration. d. The lining shall have maintained its smooth surface characteristics. Contractor and/or manufacturer shall not make any exemption or exception to the above stated conditions or warranty within the limits as stated in this specification section. 14. Certification: The manufacturer shall furnish notarized certificates of compliance stating that the lining conforms to all requirements of these specifications. 4. CONSTRUCTION METHODS 4.1 HANDLING AND STORAGE OF 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 the materials have been incorporated in 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. 026602 Page 4 of 7 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 ten days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 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. 4.2 INSTALLATION A. Alignment and Grade: All pipes shall be laid and maintained to the required line and grade. 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. Force Mains shall be laid with no less than 36 inches of cover, unless indicated otherwise in the drawings. Greater depths will be permitted when required to avoid conflicts with existing structures. Lines shall be laid to grade which permit entrapped air to flow to a high point for release through an air release valve as shown on the drawings. The Contractor shall investigate well in advance of pipe laying for conflicts which may necessitate the readjustment of planned line and grade. B. Trench Excavation and Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities and Sewers", and drawings. C. Force Main Connection to Existing Manhole: Where new force main is connected to existing manhole, the manhole shall be prepared to receive the proposed force main and restored after connection. Manhole inverts shall be repaved as necessary to provide a smooth flowing system. D. Polyethylene Encasement: All metallic pipe, valves and fittings, except those 026602 Page 5 of 7 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B which occur 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 a 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. E. Sand Encasement: Sand shall be granular soil of low plasticity such that 30% minimum passes a #4 sieve and no more than 20 % passes a #200 sieve, and the plasticity index (PI) shall not exceed 10. Soils with a Unified Classification of SW and SP, or AASHTO Classification of A3 and some A2 soil shall be required. F. Pre-Placement Inspection: Prior to lowering into trench, all pipe and accessories shall be inspected for defects. All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into trench. Pipe shall be kept clean at all times during the laying. G. Jointing Pipe and Fittings: All pipes and fittings shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. H. 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 test, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary and no separate payment will be made for it. I. Restrained Joints and Fittings: Metal harness, tie rods and clamps or restrained fittings shall be used to prevent movement when soil conditions will not withstand thrust blocking. 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. 4.3 HYDROSTATIC TESTING WASTEWATER FORCE MAIN 026602 Page 6 of 7 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B See City Standard Specification Section 026202, Hydrostatic Testing of Pressure Systems. 5. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, wastewater force mains will be measured by the linear foot along the centerline of pipe. Payment shall include, but not be limited to, trenching, dewatering, pipe, bedding, thrust blocks, fittings, restraints and backfill, and shall be full compensation for all labor, materials, equipment, tools and incidentals required to complete the work at the unit price bid. 026602 Page 7 of 7 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 Fonn 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 pennit 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 pennitted 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:A8008A7E-BCD4-487D-9696-250794392C4B 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self-pruning 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 perfonned 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 prune faster and perforin 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 £ 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 affinn and coordinate the approved bypass plan and to verify the intended site installation confonns 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 confonns to the approved plan. 027200 Page 4 of 7 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact infonnation 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 perforin 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 nonnal 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 perfonnance and acceptance of work, it is to be removed in a manner that pennits the wastewater flow to slowly return to nonnal 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:A8008A7E-BCD4-487D-9696-250794392C4B 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Fonn, 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:A8008A7E-BCD4-487D-9696-250794392C4B 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&Finn 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''/2-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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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,11 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 11 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 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 may be used in all precast prestressed concrete, except in piling when Type 11 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:A8008A7E-BCD4-487D-9696-250794392C4B (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 2of13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal 2-1/2 2 1-�/2 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-�/2 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 Augate 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-317-1). 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 3of13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve A4=4ate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0to5 0to20 15to50 35to75 70to90 90to100 97to100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes `A' and `C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar(Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining,retarding and water- reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given 030020 Page 4of13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 5of13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no 030020 Page 6of13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 7of13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 cement 030020 Page 8of13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength(fc) Strength Water-Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7-Day(psi) Ratio(gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air(slabs,piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only(except cased drilled shafts). ***When Type 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 to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article 'Placing Concrete-General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9of13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non-agitating equipment. 11. READY-MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not be 030020 Page 10 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B placed in the structure or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central-Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete), subject to the following provisions: (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. ators. (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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter,in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Dimon. a 3/4" 7/8*' Bar or Smaller—Plan. Dimon. t I­ Bar or Larger --P+on. D+men. * 1" H= over 6"--Damen.+ Zero or H = 6 a—`nd lass-{}imen. + Zero or -i/4" H 7/8- Bar or Sma/ier--Plan Dimon. = i/Z' r 1.. Bar or t_arger—Plan Oisnen. : 1•• viral or Circular Tie Tie or giFP41onCO)ime;n.*IY Plan Oin-=a=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 4 of 6 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B TABLE 1 Minimum Lap Requirements Lia Uncoated Coated Lap in inches > 40d 60d Where: d=bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or cotton 032020 Page 5 of 6 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 ofASTM 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:A8008A7E-BCD4-487D-9696-250794392C4B 1. Class 1-a. (Two-Component, Synthetic Polymer,Cold-Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self-leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two-Component, Synthetic Polymer,Cold-Pourable, Self-Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F±3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex-525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77°F.: 150 gm. cone, 5 sec., max., cm.................. 0.90 Bond and Extension 75%, O°F, 5 cycles: Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by manu£). Pass Flow at 200°F................................. None Water Content %by weight, max................. 5.0 Resilience: Original sample min. % (cured)................. 50 Oven aged at 158°F min. % .................... 50 For Class 1-a Material Only: Cold Flow (10 min.)............................ None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016-inch asphalt impregnated paper,filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth,flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex-524-C,the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed- cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: 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:A8008A7E-BCD4-487D-9696-250794392C4B PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft' Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete",Type 1 clear or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm,continuous,uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein,be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check,peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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 j oints to be filled with expansion j oint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber j oint 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness,with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical,i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch(3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings,panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing,the required water shall be applied to the surface by fog spray only,and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non-Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature-time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non-agitated concrete. Before starting work,the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms,reinforcing steel placement,and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started,the Contractor shall provide ample covering to protect the work. In case of drop in temperature,the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet,except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors,pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind,if necessary,to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold 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 j oints 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:A8008A7E-BCD4-487D-9696-250794392C4B provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically,at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation,and complete embedment of reinforcement and fixtures is produced,but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding,if necessary,to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four(4)full curing days. If carts are used,timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set,at least one(1)curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast-in-Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature,the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F,and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B (b) The temperature at the surface of all concrete in piers,culverts walls,retaining walls,parapets,wingwalls,bottoms of slabs,and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed,prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms,and is equipped with approved steam curing facilities,may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed,but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products,the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory,it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine-ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one-inch 038000 Page 15 of 19 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B (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:A8008A7E-BCD4-487D-9696-250794392C4B Membrane curing shall not be applied to dry surfaces,but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans,the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed,and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand-powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities,pinholes or other defects,or if rain falls on the newly-coated surface before the film has dried sufficiently to resist damage,an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing,curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev.3-25-2015 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SECTION 050200 WELDING 1. DESCRIPTION This specification shall govern for the field welding of structural steel and reinforcing steel. Provisions are made herein for the welding of the types of steel listed in Table 1, using the manual shielded metal-arc process, semi-automatic (manual) gas metal-arc welding and flux cored arc welding processes. Other welding processes may be permitted with the specific approval of the Engineer and with qualification of the welding procedure. 2. STRUCTURAL STEEL GENERAL Final welds including tack welds to be incorporated therein shall be by a certified welder; certified welder being previously certified by tests as prescribed in the "Code for Welding in Building Construction," ASW D1.0-69, of the American Welding Society, to perform the type of work required. Miscellaneous welds may be made by a qualified welder; qualified welder being an experienced welder who is capable of making good welds of sound quality, but does not have certification papers; miscellaneous welds being welds that have no load carrying capacity in the completed structure. Tack welds shall be cleaned and fused thoroughly with the final weld. Defective, cracked or broken tack welds shall be removed. Welds shall be as required by the contract or erection drawings. The location or size shall not be changed without approval of the Engineer. The welder shall place his identification mark with crayon or paint near the groove welds made by him. No welding will be allowed when the air temperature is lower than 20°F, when surfaces are wet or exposed to rain, snow or wind, or when operators are exposed to inclement conditions that will hamper good workmanship. Any moisture present at the point of welding shall be driven off by heat before welding commences. Windbreaks shall be required for the protection of all welding operations. There shall be no temporary welds for transportation, erection or other purpose on main members, except at locations more than one-sixth the depth of the web from the flanges of beams and girders, as approved by the Engineer. On A514 steel, all groove welds in main members and in flanges of beams and girders subject to tensile stress or reversals of stress shall be finished smooth and flush on all surfaces, including edges, by grinding in the direction of applied stress, leaving the surfaces free from depressions. Chipping may be used provided it is followed by such grinding. Parts joined by groove welds connecting plates of unequal thickness or width shall have a smooth transition between offset surfaces at a slope not greater than one in four with the surface of either part. The surfaces shall be ground so that the radii at the points of transition will be four(4)inches minimum. 050200 Page 1 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B All groove welds, except when produced with the aid of backing, shall have the root of the initial weld gouged, chipped or otherwise removed to sound metal before welding is started from the second side, except that back gouging will not be required when welding steel piling or armor joints with E6010 electrodes. The back side shall be thoroughly cleaned before placing back-up pass. When backing for welds is left in place to become a part of the structure, it shall be a single length insofar as possible. Where more than a single length is needed, they shall be joined by full penetration butt welds. The surfaces of this butt weld shall be ground flush as necessary to obtain proper fit-up in the weld joint. Before welding over previously deposited metal, all slag shall be removed, and the weld and adjacent base metal shall be cleaned. This requirement shall apply equally to successive layers, successive beads and the crater area. Arc strikes outside the area of permanent welds must be avoided on all steels. Where they do occur, resulting cracks and blemishes shall be ground out to a smooth contour and checked to insure soundness. Stringer bead technique shall be used where possible for groove welds on all types of steel. Weaving will not be permitted for A514 steel except in welding vertically upward, when a weave not exceeding two electrode diameters is permissible for manual shielded metal-arc welding. In all welding processes, the progression for all passes in vertical welding shall be upward using a back step sequence. Groove welds shall begin and terminate at the ends of a joint on extension bars. Edge preparation and thickness of extension bars shall be the same as that of the member being welded and shall extend a minimum of three-quarter(3/4) inch beyond the joint. Extension bars shall be removed with a cutting torch upon completion and cooling of the weld, and the flange edges shall be ground smooth. Any defects exposed by the grinding shall be cleaned, filled with weld metal, and reground to a uniform finish. All grinding shall be parallel to the flange. Excess grinding of the parent metal shall be avoided. 3. FILLER METAL Electrodes for manual shielded metal-arc welding shall conform to the requirements of the latest edition of "Specifications for Mild Steel Covered Arc-Welding Electrodes", AWS A5.1, or to the requirements of the latest edition of"Specifications for Low Alloy Steel Covered Arc-Welding Electrodes,"AWS A5.5. All electrodes and combination of electrode and shielding for gas metal-arc welding for producing weld metal with a minimum specified yield point not exceeding 60,000 psi shall conform to the requirements in the latest edition of, "Specification for Mild Steel Electrodes for Gas Metal-Arc Welding," AWS A5.18, or "Specification for Mild Steel Electrodes for Flux Cored Arc Welding," AWS A5.20, applicable for the classifications producing weld metal having a minimum impact strength of 20 ft.-lb., Charpy V-notch, at a temperature of 0°F or below. For weld metal with a minimum specified yield strength exceeding 60,000 psi, the Contractor shall demonstrate that each electrode and flux or combination of electrode and shielding medium proposed for use will produce low alloy weld metal having the mechanical properties listed in Table A. 050200 Page 2 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B The mechanical properties shall be determined from a multiple pass weld made in accordance with the test requirements of the latest edition of AWS A5.18 or AWS A5.20, as applicable. TABLE A Required Mechanical Properties for GMAW and FCAW Electrodes Impact Tensile Yield Elongation, % Strength GMAW FCAW Strength Strength in 2 inches ft-lb @ 0°F- Grade Grade psi-Min psi-Min Min Min E80S E80T 80,000 65,000 18 20 E90S E90T 90,000 78,000 17 20 E100S E100T 100,000 90,000 16 20 EllOS EllOT 110,000 98,000 15 20 The mechanical property tests for Grades E100S, EllOS, E100T and EllOT shall be made using ASTM A 514 base material. Class of electrode required will be as shown in Table 1 (below). Electrodes shall be used with the type of current, the polarity and in the positions permitted by AWS A5.1 and A5.5 for manual shielded metal-arc welding. AWS A5.18 and A5.20 Specifications shall govern for gas metal-arc welding and flux cored arc welding. 050200 Page 3 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B TABLE 1 CLASSIFICATIONS OF ELECTRODES PERMITTED TYPE OF MAIN MEMBERS SECONDARY MEMBERS STEEL Groove&Fillet Welds Groove&Fillet Welds Steel Piling, E6010 E60T-8 E60XX E60T-8 E70S-2 A53 Pipe, E6011 E70S-1B E70XX E7XT-1 E70S-3 A500, E7016 E70S-2 E70S-1B E7XT-5 E70S-6 A501, E7018 E70S-3 E70S-2 E7XT-6 E70S-7 Armor Joints E70S-6 E70S-3 E7XT-8 E-705-7 E70S-6 E70U-1 A36, E7016 E70S-2 E7016 E70S-2 A441, E7018 E70S-3 E7018 E70S-3 A572-Grade 50 E7XT-1 E70S-6 E7XT-1 E70S-6 A588, E7XT-5 E70S-7 E7XT-5 E70S-7 A242 Deck Plates E7XT-6 E7XT-6 API Pipe E7XT-8 E7XT-8 A514 E11018M E110S E11018M E110S 21/2"Thick or Less El lOT El lOT A514 E10018M E100S E10018M E100S Over 21/2"Thick E100T E100T A588,A242, E8018, C-3 E8018, C-3 A618 Weathering E80T(3) E80S(3) E80T(3) Steel E80S(3) Reinforcing Steel E7016 E7018 A572 Grades E8016 E80T 60 and 65 E8018 E80S for Light Towers 1. Use of the same type electrode with the next higher mechanical properties, in accordance with AWS A5.1 or A5.5, than those listed will be permitted. 2. In joints involving base metals of different yield points or strengths, low hydrogen electrodes applicable to the lower strength base metal may be used. 050200 Page 4 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Before use, all electrodes with low hydrogen coverings conforming to AWS A5.1 shall be dried for not less than two hours between 450 and 500 degrees F and electrodes with low hydrogen coverings conforming to AWS A5.5 for not less than one hour at a temperature between 700 and 800 degrees F. Immediately after drying, electrodes shall be stored in ovens held at a temperature of at least 250 degrees F. E70 electrodes not used within four hours, E80 within two hours, and E110 within one-half hour after removal from the storage oven shall be redried before use. Electrodes with flux which has been wet, cracked or otherwise damaged, shall not be used. When used for welding A514 steel, electrodes shall be dried at least one hour at temperatures between 700 and 800 degrees F before being used. Electrodes may be redried only once. Suitable facilities for drying and storage of electrodes shall be furnished at the job site, along with thermometers for checking and controlling the oven temperature. In humid atmospheres, the times allowed for use without redrying may be reduced. When gas or gas mixture is used for gas metal-arc welding, it shall be of a welding grade having a dew point of-40°F or lower. The gas manufacturer shall furnish certification to the Engineer that the gas or gas mixture is suitable for the intended application and will meet the dew point requirements. Welding wire coils removed from the original package shall be protected or stored to keep their characteristics or welding properties intact. Rusty coils, or portions of coils, that are rusty shall not be used. Preheat Preheat ahead of welding both groove and fillet welds (including tack welding) will be required as shown in Table 2. Any moisture present at the point of welding shall be driven off by preheating before welding begins. When the base metal is below the required temperature, it shall be preheated so the parts being welded are not less than the specified temperature within three inches (3") of the point of welding. Preheat and interpass temperatures must be sufficient to prevent crack formation. The preheat temperatures shown in Table 2 are minimum and higher preheats may be necessary in highly restrained welds. Preheating equipment shall be adequate to maintain the entire joint at or above the specified temperature. When possible, a joint shall be completely welded before it is allowed to cool below the specified temperature,but shall always be welded sufficiently to prevent cracking before cooling is permitted. Usually preheat and interpass temperatures shall not exceed 400° F for thickness up to 11/2 inches and 450°F for greater thickness. These temperatures shall never be exceeded on A514 steel. The welder shall have and use approved equipment for checking preheat and interpass temperatures at all times while welding is in progress. For all groove welds, preheat temperature shall be measured on the side opposite to which the heat is applied at points about three inches (3") away from the joint. 050200 Page 5 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B TABLE 2 MINIMUM PREHEAT AND INTERPASS TEMPERATURE FOR MANUAL SHIELDED METAL-ARC WELDING,FLUX CORED ARC WELDING OR GAS METAL-ARC WELDING MANUAL OR SEMI-AUTOMATIC Thickness of GAS METAL-ARC WELDING, FLUX CORED ARC WELDING Thickness Part OR MANUAL SHIELDED METAL-ARC WELDING at Point of Welding (Inches) With Low Hagen Electrodes ASTM A36;A242;A441 A572 Grades 42, ASTM A514 45 and 50;A588 To 3/4, inclusive 50°F 50°F Over 3/4 to 11/2, inclusive 70°F 125°F Over 11/2 to 21/2, inclusive 150°F 175°F Over 21/2 225°F 225°F (1) These temperatures are the minimum required for the thinner material shown for each increment, and higher preheat on a step basis will be required for the thicker material within each increment. Preheat and interpass temperatures must be sufficient to prevent crack formation and welding shall be carried continuously to completion or to a point that will assure freedom from cracking before the joint is allowed to cool below the minimum specified preheat and interpass temperature. Temperatures above those shown may be required for highly restrained welds. (2) When E7010 electrodes are permitted for tacking or temporary root pass, the material shall be preheated to 400°F. (3) When joining steels of different strengths or thickness with groove welds, the preheat and interpass temperatures for the higher strength steel and the average plate thickness shall be used. For fillet welds, the preheat shall be used for the higher strength steel and the thickest plate being welded. (4) When the base metal temperature is below 32° F, preheat to at least 70° F and maintain this minimum temperature during welding. (5) Heat input when welding A514 steel shall not exceed the steel producer's recommendations. (6) When moisture is present on the base metal, it shall be preheated to 200° F before welding is started. 4. QUALITY OF WELDS Weld metal shall be sound throughout. There shall be no cracks in any weld or weld pass. There shall be complete fusion between the weld metal and the base metal and between successive passes throughout the joint. 050200 Page 6 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Welds shall be free from overlap and the base metal free from undercut more than one one-hundredth inch (1/100") deep when its direction is transverse to the primary stress in the part that is undercut. Undercut shall not be more than one thirty-second inch (1/32") deep when its direction is parallel to the primary stress in the part that is undercut. All craters shall be filled to the full cross section of the welds. All welds on A514 steel shall be visually examined for longitudinal or transverse cracks not less than 48 hours after completion of the welding. 5. CORRECTIONS When welding is unsatisfactory or indicates inferior workmanship, the following corrective measures will be required by the Engineer whose specific approval shall be obtained for making each correction. When requirements prescribe the removal of part of the weld or a portion of the base metal, removal shall be by oxygen gouging or arc-air gouging. Oxygen gouging shall not be used on A514 steel or A588 weathering steel. All surfaces shall be ground after arc-air gouging. Backgouging of splices in beams and girders or cutouts of defective welds shall be done by a welder qualified to make beam and girder splices. Where corrections require the deposition of additional weld metal, the sides of the area to be welded shall have sufficient slope to permit depositing new metal. Defective or unsound welds shall be corrected either by removing and replacing the entire weld, or as follows: Excessive convexity. Reduce to size by grinding off the excess weld metal. Shrinkage cracks. Cracks in base metal, craters and excessive porosity. Remove defective portions of base and weld metal down to sound metal and replace with additional sound weld metal. Undercutting, undersize and excessive concavity. Clean and deposit additional weld metal. Overlapping and incomplete fusion. Remove and replace the defective portion of weld. Slag inclusions. Remove the parts of the weld containing slag and replace with sound weld metal. Removal of adjacent base metal during welding. Clean and form full size by depositing additional weld metal. Where corrections require the deposition of additional weld metal, the electrode used shall be smaller than that used for making the original weld. Surfaces shall be cleaned thoroughly before re-welding. 050200 Page 7 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B A cracked weld shall be removed throughout its length, unless the extent of the crack can be ascertained to be limited, in which case the weld metal shall be removed 2 inches (2")beyond each end of the crack and repairs made. Where work performed after the making of a deficient weld has made the weld inaccessible or has caused new conditions making the correction of the deficiency dangerous or ineffectual, the original conditions shall be restored by removal of welds or members, or both, before making the necessary corrections, or else the deficiency shall be compensated by additional work according to a revised design approved by the Engineer. Improperly fitted and misaligned parts shall be cut apart and re-welded. Members distorted by the heat of welding shall be straightened by mechanical means or by the carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200°F as measured by Tempil-sticks or other approved methods for steel up to 65,000 psi yield strength. Parts to be heat straightened shall be substantially free of stress from external forces, except when mechanical means are used in conjunction with the application of heat. Heat straightening of A514 steel shall be done only under rigidly controlled procedures, subject to the approval of the Engineer. In no case shall the maximum temperature of the steel exceed 1100°F. Sharp kinks and bends shall because for rejection of the material. 6. RADIOGRAPHIC INSPECTION All groove welds designed to carry primary stresses shall be subject to radiographic inspection. When subjected to such inspections, the presence of any of the following defects in excess of the limits indicated will result in rejection of the defective weld until corrected. 1. Sections of welds shown to have any cracking, regardless of length or location, incomplete fusion, overlapping, or inadequate penetration shall be judged unacceptable. 2. Inclusions less than one-sixteenth inch (1/16") in greatest dimension including slag, porosity and other deleterious material, shall be permitted if well dispersed so that the sum of the greatest dimensions of the inclusions in any linear inch of welded joint shall not exceed three-eighth inch (3/8"). 3. Inclusions one-sixteenth inch (1/16") or larger in greatest dimension shall be permitted provided such defects do not exceed the limits shown on Figure 1 or in subparagraph(2) above. 4. There shall be no inclusion greater than one-sixteenth inch (1/16") within one inch of the edge of part or member at the joint or point of restraint. 050200 Page 8 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B FIGURE 1 STANDARDS FOR ALLOWABLE INCLUSIONS 11/2 1/2 y 7/16 W = 11/4 (I) PROJECT(A) HORIZONTALLY TO(g) F AZ a (2) PROJECT INTERSECTION 3/6 V O VEPMICALLY TO(C) 39 41 tsZ�N g�� _J C7 3/4 1/4- 3F=-a: a I � w fQ4 1- 1/2 _J = J Z41 69 F- li 1/4 1/(6 a 0I I I I I I I I FO 1/2 1 11/2 2 21/2 3 3 I!2 4 41/2 C— MINIMUM CLEARANCE MEASURED ALONG THE LONGITUDINAL AXIS OF THE WELD BETWEEN EDGES OF POROSITY OR FUSION-TYPE DEFECTS ( INCHES) {I AnsER OF Aojju=KT DEri=rs Gavems) NOTES: (1) The distance from the edge of an inclusion to the edge of a plate or to any intersecting weld shall be equal to or greater than the clearance between inclusions. (2) Inclusions with any dimension greater than 1/2 inch are not acceptable. (3) For joint thickness greater than 11/2 inches, the minimum allowable dimension and spacing of inclusions shall be the same as for 1'/2-inch joints. (4) Values of(B) obtained by projecting horizontally from(A) are maximum values. Any value of(B) smaller than the maximum is satifactory. (5) Values of(C) obtained by projecting vertically from (B) are minimum values. Any value of(C) larger than the minimum is satifactory. Radiographic inspection shall be made of A514 steel not less than 48 hours following the completion of the welding. For other steels, nondestructive inspection may begin immediately after welding and cleaning or grinding is completed. Definitions: Porosity signifies gas pockets or any similar generally globular type voids. Fusion-type defect signifies slag inclusions and similar elongated defects. 050200 Page 9 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 7. REINFORCING STEEL- GENERAL Provisions are made herein for the welding of reinforcing steel by the manual shielded metal-arc process. Other processes may be permitted with the specific approval of the Engineer or may be specified on the plans. Splicing of reinforcing steel by welding shall be done only at locations approved by the Engineer. 8. BASE METAL Reinforcing steel to be welded shall be new billet steel conforming to ASTM Designation: A615, and shall also conform to the following chemical composition: Maximum Carbon 0.40 Percent Maximum Manganese 1.30 Percent 9. FILLER METAL Low hydrogen electrodes as specified in Table A will be required for all welding of reinforcing steel. Drying of electrodes shall be as specified in Article 3, "Filler Metal" for Structural Steel. 10. PREHEAT AND INTERPASS TEMPERATURE Minimum preheat and interpass temperatures for reinforcing steel shall be as shown in Table 3. TABLE 3 PREHEAT AND INTERPASS TEMPERATURE FOR REINFORCING STEEL CARBON RANGE NO. 7 & SMALLER NO. 8 &LARGER Up to and including 0.30 None 100 0.31 to 0.35 inclusive None 150 0.36 to 0.40 inclusive 100 250 Unknown 250 400 For widening projects,use carbon content and bar size of new steel to determine preheat required. 050200 Page 10 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 11. JOINT TYPES For all bars No. 8 and larger, butt splices shall be required. For No. 7 bars and smaller, lap splices shall be required. Fillet welds in lap splices shall be a minimum of 4 inches in length and shall be welded on each side of the lap joint. For bars No. 5 and smaller, welding from one side of the lap will be permitted by the Engineer when it is impractical to weld from both sides of the joint, and the weld shall be a minimum of 6 inches in length. Lap welds shall meet the requirements specified in Table 4. Where possible, all butt splices shall be made in the flat position. All butt splices, except horizontal, shall be as shown in Figure 2 with the back-up strip required. Horizontal splices shall be as shown in Figure 3. TABLE 4 REQUIRED DIMENSIONS FOR LAP SPLICES "b" "t" "c" ELECTRODE BAR SIZE "a" Max. Min. Max. SIZE No. 4 0.04 in. 1/8 in. 1/8 in. 1/16 in. 1/8 in No. 5 0.05 in. 1/8 in. 3/16 in. 1/16 in. 5/32 in. No. 6 0.06 in. 1/8 in. 1/4 in. 1/16 in. 5/32 in. No. 7 0.07 in. 3/16 in. 5/16 in. 1/16 in. 5/32 in. 050200 Page 11 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 4° a 99�! a .c t b t c I o SEC. A-A (ENLARGED) TABLE 4 Required Dimensions for Lop Splices D��o 221!2821/2° 0 41 1 o v� —�-� MAX.d/a SEC D-D 5/32 I 1 MIN.dA D � Butt weld in flat position 1/16" I o " t/e BUTT WELD WITH BAR IN HORIZONTAL POSITION FIGURE 2 FIGURE 3 050200 Page 12 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 12. WIDENING PROJECTS In general, the new reinforcing steel shall be either lap or butt spliced directly to the bar to be extended. When the reinforcement in the old portion of a structure is found to be of the wrong spacing, dowel bars long enough to develop the welded lap or butt splice and also develop the bar in bond, as required in City Standard Specification Section 032020 "Reinforcing Steel", shall be welded to the old steel, and the new reinforcement placed at the correct spacing without welding to the old steel. No measurement or payment will be made for the dowels but will be subsidiary to the other items in the contract. Both old and new reinforcement shall be cleaned thoroughly prior to the preparation of the joint. 13. RADIOGRAPHIC INSPECTION When so designated on the plans, welded butt splices shall be radiographed. Weld quality shall be as follows: There shall be no cracks and the sum of the greatest dimensions of porosity and fusion-type defects shall not exceed one-tenth of the nominal bar diameter in inches. 14. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, welding will not be measured for pay, but will be considered subsidiary to the various other bid items in the Bid Form. 050200 Page 13 of 13 Rev.10-30-2014 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B 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:A8008A7E-BCD4-487D-9696-250794392C4B PART "T" TECHNICAL SPECIFICATIONS DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DIVISION 2 - SITE WORK SECTION 2C - PILING 2C4[ii PILE DRIVING 2C4.1 SCOPE: This work shall consist of furnishing and driving foundation piles of the type and dimensions designated in the contract documents, including cutting off or building up foundation piles when required. This specification is a performance specification as defined in Section 1D General Conditions, Subsection "Supplemental General Conditions", Art. SCA Definitions. This specification also covers providing test piles and performing loading tests. Piling shall conform to and be installed in accordance with these specifications; at the location; and to the elevation, penetration, and the required ultimate pile capacity shown in the contract documents or as directed by the Engineer. Except when test piles are required, the Contractor shall furnish the piles in accordance with the dimensions shown in the contract documents. When test piles are required, the production pile lengths shown in the contract documents are for estimating purposes only and the actual lengths to be furnished for production piles shall be determined by the Engineer after the test piles have been driven and tested. The lengths given in the order list provided by the Engineer shall include only the lengths anticipated for use in the completed structure. The Contractor shall increase the lengths shown or ordered to provide for fresh heading and for such additional length as may be necessary to suit the method of operation,without added compensation. 2C4.2 MATERIALS 2C4.2.1 Steel Piles: Steel pipe piles shall consist of steel pipe conforming to the following Standard Specification of the American Society for Testing and Materials: ASTM A252 Grade 2 or Grade 3—Standard Specification for Welded and Seamless Steel Pipe Piles • Minimum Dimensions: Pipes shall have an outside diameter and a minimum nominal wall thickness as shown in the contract documents. • Ends of closed-ended pipe piles shall be closed with a flat plate or a forged or cast steel conical point, or other end closure of approved design. End plates shall have a minimum thickness of 0.75 inch (19 mm) • The sleeve SDR shall be 32.5 unless otherwise noted in contract documents. • Each pile shall have HDPE sleeves driven to a depth of 3' below the mud line. • The top 30' of the piles shall be coated with Coal-Tar Epoxy 16 mils dry film thickness. • The pile type shall have a minimum wall thickness of 1/2". • The piles shall have a minimum yield strength of 50 ksi. • Spray foam shall be used around the foam plug to fill any voids. • Each installed pile cap shall be pointed and not have spikes on top. 2C4.2.1.1 Rolled Structural Steel Piles: Steel Properties: Steel used in rolled structural steel piles shall conform to the following Standard Specifications of the American Society for Testing and Materials: • ASTM A36/A36M—Standard Specification for Carbon Structural Steel • ASTM A572/A572M—Standard Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel • ASTM A992/A992M—Standard Specification for Structural Steel Shapes 2C4 Pile Driving Page 1 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B The above listing does not exclude the use of steel ordered or produced to other than the listed specifications or other published ASTM specifications, which establish its properties and suitability. Steel for cast steel shoes if used shall conform to A148 (90/60). Minimum Dimensions: Sections of such piles shall be of "H" or `W" shape and shall comply with the following requirements: • The flange projection shall not exceed 14 times the minimum thickness of metal in either the flange or the web, and flange widths shall not be less than 80 per cent of the depth of the section • The nominal depth in the direction of the web shall not be less than 8 inches (200 mm). • Flanges and web shall have a minimum nominal thickness of not less than three-eighths inches (9.5 mm). 2C4.2.1.2 Steel Pipe Piles: Specification for Steel: Steel pipe piles shall consist of steel pipe conforming to the following Standard Specification of the American Society for Testing and Materials: ASTM A252 Grade 2 or Grade 3 — Standard Specification for Welded and Seamless Steel Pipe Piles (a) Minimum Dimensions: Pipes shall have an outside diameter and a minimum nominal wall thickness as shown in the contract documents. (b) Ends of closed-ended pipe piles shall be closed with a flat plate or a forged or cast steel conical point, or other end closure of approved design. End plates shall have a minimum thickness of 0.75 inch (19 mm) Concrete for Concrete-Filled Pipe Piles: Prior to the placing of concrete in a closed end pipe pile, the pile shall be inspected by an acceptable method to confirm the full pile length and dry bottom condition. If accumulations of water in pipes are present for either closed end or open end pipes, the water shall be removed before the concrete is placed. (a) The concrete for concrete filled pipe piles shall have a minimum compressive strength of 2.5 ksi (17.3 MPa) and a slump of not less than 6 inches (150 mm) and not more than 10 inches (250 mm). Concrete shall be placed in each pile in a continuous operation. (b) No concrete shall be placed until all driving within a radius of 15 feet (4600 mm) of the pile has been completed, or all driving within the above limits shall be discontinued until the concrete in the last pile cast has set for at least two days. 2C4.2.2 TIMBER PILES: General: The Contractor shall supply pressure treated Southern Pine conforming to AWPA UC5C with a level of 2.5 pcf CCA, new and clean peeled one piece from butt to tip. Piles not meeting AWPA UC5C with a level of 2.5 pcf CCA shall be rejected. 2C4 Pile Driving Page 2 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Submittal: Pile Data: Submit certification by treating plant stating type, pressure process used, net amount of preservative retained, and compliance with applicable standards. Show any structural connections such as for uplift loads. Filed Fabrication: When specified, fit timber piles with metal shoes as per section 2C4.4.2.2 of this specification. If the pile top is trimmed to the final cutoff elevation, treat cut surfaces at the pile head in accordance with Section 2C4.4.6. Pressure Treatment: Pressure treatment shall be in accordance with the following American Wood Protection Association (AWPA) Use Category Standards: AWPA Use Category for Foundation piles. (a) Foundation,Land and Fresh Water Piles: UC4C (formerly C3) (b) Standard for Highway Construction: UC4A and UC4B (formerly C14) (c) Standard for Marine Construction (saltwater): UC5A,UC513,and UC5C (formerly C18) 2C4.2.3 PRESTRESSED CONCRETE PILES: Production of piles shall be in accordance with Prestressed Concrete Institute PCI MNL-116 "Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products." Forms: Forms for prestressed concrete piles shall conform to the general requirements for concrete form work as provided in the Prestressed Concrete Institute, PCI MNL-116 "Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products." Casting: Perform continuous concrete casting within 3 days after pretensioning steel; however, do not deposit concrete in forms until placement of reinforcement and anchorages has been inspected and approved by pile manufacturer's quality control representative. Each pile shall have dense concrete, straight smooth surfaces, and reinforcement retained in its proper position during fabrication. Unless self- consolidating concrete is used, the concrete shall be compacted by vibrating with a vibrator head smaller than the minimum distance between pretensioning steel. Ensure pile end surfaces are perpendicular to the longitudinal axis of the pile. Finish: Finish of piles shall be in accordance with PCI MNL-116 "Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products." Standard finish shall be that the formed sides are reasonably smooth from casting against approved forms. Standard finish of the top shall be a float finish with edges tooled. Curing and Protection: Curing of piles shall be in accordance with PCI MNL-116 "Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products." a. Cure piles using moist curing or accelerated steam curing. b. No pile shall be driven until it is sufficiently cured so as to resist handling and driving stresses without damage. In no case shall piles be driven before 7 days' curing time and concrete compressive strength reaches at least 0.8 f'c. c. In cold weather, an extended curing period may be required as specified in the contract documents. d. Concrete shall be protected from freezing until the compressive strength reaches at least 0.8 f'c. 2C4 Pile Driving Page 3 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Prestressing: Prestressing of piles shall be in accordance with PCI MNL-116 "Manual for Quality Control and Production of Precast Prestressed Concrete Products." Shop Drawing The Contractor shall submit the required number of shop drawings for prestressed concrete piles to the Engineer which indicate pile dimensions, materials, tendon arrangement and prestressing forces proposed for use, and any addition or rearrangement of reinforcing steel from that shown in the contract documents. Construction of the piles shall not begin until the Engineer has approved the drawings. 2C4.3 PROTECTIVE COATING The Contractor shall be responsible to restore or repair any damage to the coating. 2C4.4 DRIVING PILES: 2C4.4.1 PILE DRIVING EQUIPEMENT: a. All pile driving equipment, including the pile driving hammer, hammer cushion, helmet, pile cushion, and other appurtenances to be furnished by the Contractor shall be approved in advance by the Engineer before any driving can take place. Pursuant to obtaining this approval, the Contractor shall submit a description of pile driving equipment to the Engineer at least two weeks before pile driving is to begin. The description must contain sufficient detail so that the proposed driving system can be evaluated by the Engineer in a wave equation analysis. b. If the ultimate pile capacity is to be determined by static load test, dynamic test,rapid load test or wave equation analysis, the Engineer shall use the equipment submittal to determine by wave equation analysis that the piles are drivable. c. If the ultimate pile capacity is to be determined by dynamic formula,a wave equation analysis is not required. The blow count required by the dynamic formula shall not exceed 10 blows per inch (25 mm). The following hammer efficiencies shall be used in a wave equation analysis of vertical piles unless better information is available. Hammer Type Efficiency in Percent Drop 25 to 40 Single actin air/stream 67 Double actin air/steam 50 Diesel 80 Hydraulic or diesel with built-in 95 energy measurement d. Hammer efficiencies shall be adjusted for batter driving. e. In addition to the other requirements of these specifications, the criterion that the Engineer will use to evaluate the driving equipment shall consist of both the required number of hammer blows per inch (25mm) at the required ultimate pile capacity and the pile driving stresses over the entire driving process. The required number of hammer blows indicated by the wave equation analysis at the required ultimate pile capacity shall be between 2 and 10 blows per inch (25mm) for the driving equipment to be deemed acceptable. f. In addition, for the driving equipment to be deemed acceptable, the pile stresses, which are determined by the wave equation analysis for the entire driving operation shall not exceed the values below: g. For steel piles,compressive driving stress shall not exceed 90 percent of the yield point of the pile material. 2C4 Pile Driving Page 4 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B h. For concrete piles, tensile stresses shall not exceed 3 multiplied by the square root of the concrete compressive strength,f',, in pounds per square inch plus the effective prestress value, i.e., [3(f'JO.1 + prestress] where f',is given in psi, [7.9(f',)0-5+ prestress] where f',is given in kPa and compressive stresses shall not exceed 85 percent of the compressive strength minus the effective prestress value,i.e., (0.85 f',- prestress). i. For timber piles,the compressive driving stress shall not exceed 3.6 ksi (25 MPa). j. During pile driving operations, the Contractor shall use the approved system. Any change in the driving system will only be considered after the Contractor has submitted revised pile driving equipment data to the Engineer. The Contractor will be notified of the acceptance or rejection of the driving system changes within 2 working days of the Engineer's receipt of the requested change. The time required for submission, review, and approval of a revised driving system shall not constitute the basis for a contract time extension to the Contractor. k. Approval of pile driving equipment shall not relieve the Contractor of responsibility to drive piles, free of damage, to the required ultimate pile capacity and, if specified, the minimum penetration,shown in the contract documents. 2C4.4.1.1 HAMMERS: General: Piles shall be be driven with a drop, air, diesel or hydraulic hammer conforming to these specifications. Pile driving hammers shall be of the size needed to develop the energy required to drive the piles at a blow count that does not exceed 10 blows per inch (25 mm) at the required ultimate pile capacity. Drop Hammers: Drop hammers shall not be used for concrete piles or for piles whose required ultimate pile capacity exceeds 60 tons (55 tonnes). When drop hammers are permitted, the ram shall have a weight not less than 1.0 ton (0.9 tonnes) and the height of drop shall not exceed 12 feet (3.7 meters). In no case shall the ram weight of drop hammers be less than the combined weight of helmet and pile. All drop hammers shall be equipped with hammer guides and a helmet to ensure concentric impact. Air Hammer: If a dynamic formula is used to establish the required blow count,the weight of the striking parts of air hammers used shall not be less than one-third the weight of pile and drive cap, and in no case shall the striking part have a weight less than 1.4 tons (1.25 tones). If a wave equation analysis is used to establish the required blow count and driving stresses,this limitation on ram weight does not apply. The plant and equipment furnished for air hammers shall have sufficient capacity to maintain, under working conditions, the pressure at the hammer specified by the Manufacturer. The hose connecting the compressor with the hammer shall be at least the minimum size recommended by the Manufacturer. Hammer performance shall be evaluated at the end of driving by measuring blows per minute and comparing with the Manufacturer's recommendations. Diesel Hammers: Some open-end (single acting) diesel hammers are equipped with a device to measure impact velocity at all times during pile driving operations. If this device is not available the stroke shall be obtained by measuring the speed of operation either manually or with a device that makes the measurement automatically. Closed-end (double acting) diesel hammers shall be equipped with a bounce chamber pressure gauge in good working order, mounted near ground level so as to be easily read by the Engineer. The Contractor shall provide a correlation chart of bounce chamber pressure and potential energy. 2C4 Pile Driving Page 5 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Hydraulic Hammers: Hydraulic hammers shall be equipped with a system for measurement of ram energy. The system shall be in good working order and the results shall be easily and immediately available to the engineer. Vibratory Hammers: Vibratory or other pile driving methods may be used only when specified in the contract documents or in writing by the Engineer. Except when pile lengths have been evaluated from load test piles, the ultimate pile capacity of piles driven with vibratory hammers shall be verified by redriving the first pile driven in each group of 10 piles with an impact hammer of suitable energy to measure the ultimate pile capacity before driving the remaining piles in the group. All piles which rely on point bearing capacity shall be redriven with an impact hammer. Additional Equipment or Methods: In case the required penetration is not obtained by the use of a hammer complying with the minimum requirements above, the Contractor may be required to provide a hammer of greater energy or, when permitted,resort to supplemental methods such as jetting or predrilling. 2C4.4.1.2 DRIVING APPURTENANCES: Hammer Cushion: All impact pile driving equipment except drop hammers shall be equipped with a suitable thickness of hammer cushion material to prevent damage to the hammer or pile. Some hammers are designed such that a hammer cushion is not required. These hammers are excluded from this requirement. Hammer cushions, where applicable, shall be made of durable manufactured materials that will retain uniform properties during driving. Wood,wire rope, or asbestos hammer cushions shall not be used. A striker plate shall be placed on the hammer cushion to ensure uniform compression of the cushion material. The hammer cushion shall be replaced by the Contractor before driving is permitted to continue whenever there is a reduction of hammer cushion thickness exceeding 25 percent of the original thickness or, for air hammers, when the reduction in thickness exceeds the Manufacturer's recommendations. Helmet: Piles driven with impact hammers shall be fitted with a helmet to distribute the hammer blow uniformly and concentrically to the pile head. The surface of the helmet in contact with the pile shall be plane and smooth and shall be aligned parallel with the hammer base and the pile top. It shall be guided by the leads and not be free-swinging. The helmet shall fit the pile head in such a manner as to maintain concentric alignment of hammer and pile. For special types of piles, appropriate driving heads,mandrels, or other devices shall be provided so that the piles may be driven without damage. For timber piles, the least inside helmet or hammer base horizontal dimension shall not exceed the pile head diameter by more than two inches (50 mm). If the timber pile diameter slightly exceeds the least helmet or hammer base dimension,the pile head shall be trimmed to fit the helmet. Pile Cushion: a. A pile cushion shall protect the heads of concrete piles. The cushion thickness placed on the pile head prior to driving shall be selected by wave equation analysis so that the limiting driving stresses are not exceeded. If the required driving blow count is determined by a dynamic formula the cushion shall have a thickness of at least 4 inches (100mm). b. A new pile cushion shall be provided if, during driving, the cushion begins to smoke or excessive compression occurs. The pile cushion dimensions shall be such as to distribute the blow of the hammer uniformly over the entire cross-section of the pile. Pile cushions shall be protected from the weather, and kept dry prior to use. Pile cushion shall not be soaked in any liquid unless approved by the Engineer. The use of manufactured pile cushion materials in lieu of a wood pile cushion shall be evaluated on a case by case basis. c. A used pile cushion in good condition shall be used for restrike tests. 2C4 Pile Driving Page 6 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Leads: Pile driving leads that align the pile and the hammer in proper positions throughout the driving operation shall be used. Leads shall be constructed in a manner that affords freedom of movement of the hammer while maintaining alignment of the hammer and the pile to ensure concentric impact for each blow. The leads shall be so designed as to permit proper alignment of battered piles when applicable. Leads may be either fixed or swinging type. Swinging leads,when used,shall be fitted with a pile gate at the bottom of the leads. The leads shall be adequately embedded in the ground or the pile constrained in a structural frame such as a template to maintain alignment. Followers: a. Followers shall be used only when approved in writing by the Engineer or when specified in the contract documents. b. For concrete piles, a pile cushion shall be used at the pile top and suitability of the follower shall be checked by wave equation analysis to verify the blow count, driving stresses and the ultimate pile capacity. For steel or timber piles, if a wave equation analysis is not performed the follower shall have an impedance between 50%and 200%of the pile impedance. c. The follower and pile shall be maintained in proper alignment during driving. The follower shall be of such material and dimensions to permit the piles to be driven to the blow count determined to be necessary. ettin : Jetting shall be permitted only if specified in the contract documents or approved in writing by the Engineer. a. The Contractor shall determine the number of jets, and the volume and pressure of water at the jet nozzles necessary to freely erode the material adjacent to the pile. b. The Contractor shall control and dispose of all jet water in a manner satisfactory to the Engineer, or as specified in the contract documents. If jetting is specified or approved by the Engineer and is performed according to the specifications or as approved by the Engineer, the Contractor will not be responsible for any damage to the site caused by jetting operations. If jetting is used for the Contractor's convenience, the Contractor shall be responsible for all damages to the site caused by jetting operations. c. Unless otherwise indicated by the Engineer or the contract documents, jet pipes shall be removed prior to or when the pile tip is 5 feet (1500 mm) above the minimum or final tip elevation and the pile shall then be driven without jetting to the final tip elevation or to the required ultimate pile capacity with an impact hammer. If the required ultimate pile capacity is not reached at the final tip elevation, the pile may be allowed to setup and then the required ultimate pile capacity will be determined by restriking the pile. 2C4.4.2 PREPARATION FOR DRIVING: 2C4.4.2.1 Site Work And Excavation: If practical, piles shall not be driven until after the excavation is complete. Any material forced up between the piles shall be removed to the correct elevation before concrete for the foundation is placed. Unless otherwise approved by the Engineer, do not drive piles at bridge ends until roadway embankments are placed. Predrilling to Facilitate Driving: When required by the contract documents, the Contractor shall predrill holes of a size specified, at pile locations, and to the depths shown in the contract documents or approved in writing by the Engineer. Any void space remaining around the pile after completion of driving shall be filled with sand or other approved material. The use of spuds shall not be permitted in lieu of predrilling,unless specified in the 2C4 Pile Driving Page 7 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B contract documents or approved in writing by the Engineer. Material resulting from drilling holes shall be disposed of as approved by the Engineer. Predrilled Holes in Compacted Fill: If required by the contract documents, piles to be driven through compacted fill of a depth greater than 5 feet (1500 mm) shall be driven in holes predrilled to natural ground. After driving the pile, the space around the pile shall be filled to the ground surface with sand or other approved material. Material resulting from predrilling the holes shall be disposed of as approved by the Engineer. 2C4.4.2.2 PREPARATION OF PILING: Pile Heads: For steel and timber piling,the pile heads shall be cut and maintained square with the longitudinal axis of the pile. Precast concrete pile heads shall be flat, smooth and perpendicular to the longitudinal axis of the pile to prevent eccentric impacts from the helmet. Prestressing strands shall be cut off below the surface of the end of the pile. The pile head shall be chamfered on all sides. Collars: When timber piles are required to be driven to more than 100 tons (90 tonnes) ultimate pile capacity or when driving conditions otherwise require it, collars, bands, or other devices shall be provided to protect piles against splitting and brooming. Pile Shoes and End Plates: a. Pile shoes shall be used when specified by the Engineer or in the contract documents to protect all types of piles when hard driving or obstructions are expected. b. Steel pile shoes shall be fabricated from cast steel conforming to ASTM A148 (90/60). c. End plates are used on closed end pipe piles. They shall be made of A36 steel or better. The diameter and thickness shall be specified by the Engineer. d. When shoes are required by soil conditions, the tips of timber piles shall conform to the approved steel shoes to ensure a firm uniform contact and prevent local stress concentrations in the timber. 2C4.4.3 DRIVING a. Unless approved by the Engineer, piles shall be driven to the required ultimate pile capacity, or the required ultimate pile capacity and minimum tip elevation, if specified, or the specified tip elevation. b. The ultimate pile capacity is usually confirmed by achieving the specified blow count which is the number of hammer blows required to cause one foot (300 mm) or one inch (25 mm) of penetration. The blow count shall always be measured, either during initial driving or by re- driving with a warm hammer after a wait period,as determined by the Engineer. For diesel hammers the stroke shall be recorded. Either energy or impact velocity shall be recorded for hydraulic hammers. c. If water jets are used in connection with the driving, the ultimate pile capacity shall be determined from the results of driving after the jets have been withdrawn. d. The procedure used in driving the piles shall not subject them to excessive and undue abuse producing crushing and spalling of the concrete, injurious splitting, splintering and brooming of the wood,or excessive deformation of the steel. Heaved Piles: If pile heave is observed, level readings referenced to a fixed datum shall be taken by the Engineer on all piles immediately after installation and periodically thereafter as adjacent piles are driven to determine the pile heave range. 2C4 Pile Driving Page 8 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B If during the driving process for adjacent piles, piles shall be re-driven: •If they heave more than inch (13 mm) and end bearing is dominant. •If they heave more than 1-inches (38 mm) and shaft friction is dominant. If pile heave is detected for pipe or shell piles which have been filled with concrete, the piles shall be redriven to original position after the concrete has obtained sufficient strength and a proper hammer- pile cushion system, satisfactory to the Engineer, is used. The Contractor shall be paid for all work performed in conjunction with redriving piles due to pile heave, provided the initial driving was done in accordance with the specified installation sequence. Obstructions: If piles encounter unforeseeable, isolated obstructions, The Contractor shall be paid for the cost of obstruction removal and for all remedial design or construction measures caused by the obstruction. Installation Sequence: The order of installing piles in pile groups shall be either starting from the center of the group and proceeding outwards in both directions or starting at the outside row and proceeding progressively across the group. Practical Refusal: The selection of a practical refusal blow count limit is difficult because it can depend on the site soil profile, the pile type, and possibly hammer manufacturer limitations to prevent hammer damage. In no case shall driving continue for more than 3 inches (75 mm) at practical refusal driving conditions. LimitingDriving Stresses: Unless specified otherwise in the contract documents or by the Engineer the stresses induced during driving shall not exceed the limits set forth in Section 2C4.5.1. Driving of Probe Piles: When required in the contract documents, probe piles shall be furnished to the lengths specified and driven at the locations and to the elevations, ultimate pile capacities or blow counts directed by the Engineer before other piles are ordered. All piles shall be driven with approved impact hammers unless specifically stated otherwise in the contract documents. The same type and size hammer shall be used on the production piles. The approval of driving equipment shall conform to the requirements of these Specifications. Unless otherwise approved by the Engineer, the Contractor shall excavate the ground at each probe pile to the elevation of the bottom of the footing before the pile is driven. (See Article 2C4.8.2) Probe piles shall be driven at locations selected by the Engineer or as shown in the contract documents to explore possible subsurface variations. Accuracy of Driving: Piles shall be driven with a variation of not more than inch per foot (1:50) from the vertical or not more than 1/2 inch per foot (1:25) from the batter shown in the contract documents. After driving, the pile head shall be within 6 inches (150 mm) of plan locations for all piles capped below final grade. No pile shall be nearer than 4 inches (100 mm) from any edge of the cap. Any increase in pile cap dimensions or reinforcing caused by out-of-position piles shall be at the Contractor's expense. 2C4 Pile Driving Page 9 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2C4.4.4 SPLICING PILES Where splices are unavoidable for steel or concrete piles, their number, locations and details shall be subject to approval of the Engineer. Steel Piles: Full-length piles shall be used where practicable. If splicing is permitted, the method of splicing shall be according to AWS D1.1 or as approved by the Engineer. The arc method of welding shall be preferred when splicing steel piles. Only certified welders shall perform welding. Mechanical splices may also be used. Concrete Piles: Full-length piles shall be used where practical. If splicing is permitted, concrete pile splice details shall conform to the contract documents, or as approved by the Engineer. Mechanical splices including drive fit splices may also be used. Timber Piles: Timber piles shall not be spliced unless specified in the contract documents or in writing by the Engineer. 2C4.4.5 DEFECTIVE PILES Manipulation of piles to force them into proper position, considered by the Engineer to be excessive, will not be permitted. Any pile damaged by reason of internal defects or by improper driving shall be corrected by one of the following methods approved by the Engineer for the pile in question: • The pile is withdrawn if practicable and replaced by a new and, if necessary,longer pile. • One or more replacement piles are driven adjacent to the defective pile. A pile driven below the specified butt elevation shall be corrected by one of the following methods approved by the Engineer for the pile in question. • The pile is spliced or built up as otherwise provided herein • A sufficient portion of the footing is extended down to properly embed the pile. A pile driven out of its proper location, fixed by the contract documents or by the Engineer, shall be corrected by one of the following methods approved by the Engineer for the pile in question: • One or more replacement piles are driven next to the out of position piles. • The footing is extended laterally to incorporate the out of location pile • Additional reinforcement is added. Cost for remediating defective piles should rest with the party at fault. 2C4.4.6 PILE CUT-OFF: General: All piles shall be cut off to a true plane at the elevations required and anchored to the structure as shown in the contract documents. All cut-off lengths of piling shall remain the property of the Contractor and shall be properly disposed of. 2C4 Pile Driving Page 10 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Timber Piles: Timber piles shall be cut to the elevations shown on the contract documents. The length of pile above the elevation of cut-off shall be sufficient to permit the complete removal of all material injured by driving. a. Immediately after making final cut-off on treated timber foundation piles, the cut area shall be given a liberal application of copper napthenate until visible evidence of further penetration has ceased. The copper napthenate solution must have minimum 2.0%copper metal. b. Treated marine piling exposed to the weather shall be capped with a permanently fixed coating such as epoxy or with conical or other caps attached to the piles subject to the engineers approval. c. Piling supporting timber structures where the piles are cut off,but not concrete capped,shall be treated with a liberal application of copper napthenate until visible evidence of further penetration has ceased. In addition a layer of saturated building felt or fiberglass cloth which overlaps the side of the pile at least two inches, shall be securely fastened and completely covered with 20 gauge thick galvanized metal or aluminum sheet. d. All cuts, injuries and holes as would occur from removal of nails or spikes that would penetrate the treating zone as well as bolt holes for connections shall be treated by applying coal-tar roof cement meeting ASTM D 5643. e. Cut-off pile ends shall be properly disposed of in compliance with local, state and federal regulations. 2C4 Pile Driving Page 11 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DIVISION 6- CARPENTRY SECTION 6A- ROUGH CARPENTRY 6A3[i] WOOD DOCKS AND PIERS 6A3.1 SCOPE: This specification shall govern for all work necessary for providing the materials and labor for construction of wood docks or piers required to complete the Project. This specification is a design specification. 6A3.2 MATERIAL: 6A3.2.1 Quality of Materials: All materials shall be as specified herein. Where no specific grade or size of material is specified for certain miscellaneous items of framing, the Contractor shall furnish a grade suitable for and consistent with the use thereof, and of sufficient size to support safely any loads which it may be called upon to support. 6A3.2.2 Piling Lumber: Pilings shall be of the size and length shown on the drawings and shall be #1 gun barrel cut southern yellow pine. Pilings shall be clean or steam dried before treatment. For timbers in frequent or constant contact with salt water the pilings shall be treated in accordance with AWPA C3 with a level of 2.5 pcf CCA. All pilings shall be marked with the AWPA treatment level and are subject to plant verification. 6A3.2.3 Handrails, Deck&Framing Lumber: Pilecaps shall be S45 southern yellow pine treated in accordance with AWPA C3 with a level of 2.5 pcf CCA. All other dimensional lumber shall be S45 southern yellow pine treated in accordance with AWPA C3 with a level of 0.6 pcf CCA. All handrails, decks and framing material shall be#1 grade. Lumber shall be marked with the AWPA treatment level and are subject to plant verification. 6A3.2.4 Hurricane Ties: Hurricane ties shall be: a. 18 gauge or stainless steel as manufactured by the Simpson Company c. or an approved equal. 6A3.2.5 Bolts: Anchor bolts shall be stainless steel. 6A3.2.6 Nails: All nails shall be stainless steel nails of the required size. 6A3.3 CONSTRUCTION METHODS: 6A3.3.1 General: The Contractor shall verify all measurements on the drawings. He shall be held responsible to have checked the measurements on the drawings to ascertain if the various items on the job coordinate. Should any discrepancies in figured dimensions be found,the Contractor shall notify the Engineer and shall not begin any of the work until remedial instructions have been received. 6A3 Wood Docks and Piers Page 1 of 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 DIVISION 13- SPECIAL CONSTRUCTION SECTION 13F—FLOATING DOCKS 13F6 CONCRETE FLOATING DOCK 13F6.1 SCOPE: The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform all labor, supervision,fabrication,assembly,and installation of a complete concrete float system. This specification is a performance specification. 13F6.2 CONTRACTOR SITE INSPECTION: The Contractor shall examine the jobsite before preparing his shop drawings to verify all physical conditions and surroundings. 13F6.3 TECHNICAL: The flotation system shall consist of modular sections designed in such a manner that modules may be replaced with standard modules in case of repairs. Float modules shall be structurally connected by a treated timber waler system that will allow replacement without affecting the float modules. Connection methods that create structural failure of the float module when over stressed will not be allowed. Concrete float modules must have concrete cover for protection on all six sides. Floats without concrete bottoms will not be allowed. Minimum concrete deck,bottom and wall sections shall be as follows: Deck 2.00" Walls 1.50" Bottoms 1.25" Sufficient flotation shall be provided to support a live load of fifty (50) pounds per square foot of deck area with a minimum freeboard of six (6) inches. Freeboard under dead load only shall not be less than seventeen (17) inches or exceed twenty (20) inches. Contractor should exercise caution to insure that all dead loads are accurately determined and included in buoyancy calculations. These loads should include appropriate safety factors if used and any specific manufacturing considerations that will affect the final freeboard. Dead loads shall consist of the floats, framing, waler system, attachment steel, miscellaneous connection devices, and all other permanently attached equipment such as utilities, boxes, fire protection equipment, etc. Special floats must be designed to support the additional concentrated loads as imposed by gangways, transformers, or other equipment. Floats with special loadings shall have the same freeboard as floats with no such loading, so that there will be residual stresses or tilting when such floats are interconnected unless specifically approved by the float system engineer. The weight of lumber for these calculations shall be assumed at no less than forty (40) pounds per cubic foot. Walking surface of concrete floats shall be level and flush with respect to the adjacent floats. Floats shall be designed to float level under dead load only. The decks of the floats shall be within the followings tolerances of being level: 13F6 Concrete Floating Dock Page 1 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 • Maximum transverse slope for main floats:two (2) inches per ten (10) feet of width • Maximum longitudinal slope: two (2) inches per ten (10) feet Flotation units shall be located within the structure so as to be capable of supporting a 300-pound point load moving in any area on a float without excessive rolling or tilting on the dock. When a 400-pound load is applied one foot from the end of the finger, that finger will lose no more than four inches of freeboard. When a 300-pound load is applied to on one outer corner of the finger there should be no more than 2 inches in freeboard differential per three feet of width between the outer corners of the finger. This should be done once the system is totally connected and in its final intended condition. Float and anchorage systems shall be designed for the following load cases as a minimum: • Wind pressure of 15 PSF (77 MPH fastest mile wind at 33 feet standard elevation, Exposure C, per ASCE 7-93) acting on the projected area of all docks and moored vessels assuming full occupancy of the marina. • Minimum current pressure of 0 PSF (0 feet per second current velocity) acting on the projected area of all docks and moored vessels assuming occupancy levels will reflect those expected during the flood season. • Vertical wave loads,as they exist at the specific site. • Lateral wave loads for waves having a significant wave heights exceeding one foot if they are expected to occur at the specific site. • Load cases should be combined based upon the probability of simultaneous occurrence of the events. • Lateral pile loads at the maximum surge level. 13F6.4 STANDARDS: All docks, structures and components must be designed per one of the following codes or authorities, depending upon the application: UBC (Uniform Building Code) SBC (Standard Building Code) MBMA (Metal Building Mfg. Assoc.) BOCA (Building Official Congress of America) City/State/County Building Code Army Corps Manual SR-2 ASTM Standards AISI (American Iron and Steel Institute) AISC (American Institute of Steel Construction) AWPA (American Wood Preservers Assoc.) PCI (Prestressed Concrete Institute) CRSI (Concrete Reinforcing Steel Institute) Parameters • Wind load calculations shall be based on an average vessel profile height equal to 15% of the slip length. • Current load calculations shall be based on the average vessel draft determined by the intended vessel types. • Calculations are to be performed for wind and current loads both parallel to and perpendicular to the slips. • Full wind and current loads shall be applied to all exposed vessels. To account for sheltering effects, 15%of the full load shall be applied to all vessels sheltered by the exposed vessel. • Calculations shall assume that any given boat/slip may be exposed during a design event. • Allowable material stresses shall be based on the latest edition of the Uniform Building Code. 13F6 Concrete Floating Dock Page 2 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 • Minimum evaluation of the design wave environment shall include identifying the Significant Wave Height,Peak Spectral Wave Length,Wave Period and Wave Approach Angle. 13F6.5 DRAWINGS: Prior to fabrication or construction, the Contractor shall furnish sufficient information to describe his floating dock system, and shall submit complete shop drawings and calculations for approval by the Owner. Dock and anchorage drawings and calculations shall be affixed with the appropriate stamps and signatures of a registered professional coastal engineer, maintaining professional liability insurance with a minimum policy limit of$2,000,000. The engineer of record shall seal all drawings with a stamp identifying him or her as a registered professional engineer licensed in the state in which the project is located. The engineer shall have designed at least ten previous marina projects of a size and function similar to this project that has been in use for a minimum of five years. Shop drawings shall show the layout of the dock system, layout of complete mooring/anchoring system, details of all connections, waler sizing and splice pattern, anchorage connections, utility routings and all other details necessary and pertinent to the construction of the floating dock system. 13F6.6 CALCULATIONS: All design calculations shall assume that all slips are occupied, that any individual slip may be exposed during a design event and that all reasonable dead loads have been incorporated into the system. Once the loads are determined by the applicable codes listed above, the design and calculations shall be prepared in accordance with AISI and AISC specifications and guidelines. All engineering and calculations shall be done in accordance with these guidelines using the appropriate allowable capacities and safety factors. Calculations are to be stamped by a registered professional coastal engineer,maintaining professional liability insurance with a minimum policy limit of$2,000,000. The engineer of record shall seal all calculations with a stamp identifying him or her as a registered professional engineer licensed in the state in which the project is located. The engineer shall have designed at least ten previous marina projects of a size and function similar to this project that has been in use for a minimum of five years. In addition to sizing all members for these codes and specifications, the following calculations shall be submitted as a minimum for the dock system: • Anchorage attachment points to insure reactions shall be appropriately and rationally distributed throughout the system. • Finger lateral loads from current and wind in the shielded and unshielded condition for each finger length. Calculations will provide transfer assumptions for both cantilever and non- cantilever type fingers, including finger-to-walk connections. • Overall system loads under full occupancy with consideration for shielding factors and deflections of the system and its effects on anchor loading. • Anchorage system capacity for individual and overall load considerations. • If anchor piling are utilized for mooring,the special design information should include: Pile size and cross section Overall pile length Minimum embedment • Vertical loading due to wave action and live load requirements including both walkways and fingers. 13F6.7 QUALITY ASSURANCE: The manufacturer must have an ongoing quality management system. This quality system must be regularly assessed and currently certified as meeting the ISO 9001 Standard. The scope of this certification must be for the design and manufacture of floating docks and pertain to the company or portion of the company providing the products and services for the project. The registrar providing this certification must be accredited according to EN 45012. 13F6 Concrete Floating Dock Page 3 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 All steel fabrication and welding will be performed in a facility currently certified as meeting the ISO 9001 Standard. All structural steel welders shall be qualified in accordance with requirements of ANSI/AWS D1.1, 2010 Structural Welding Code. All structural steel welding shall be completed in accordance with requirements of ANSI/AWS D1.1, 2010 Structural Welding Code-Steel,and utilizing 0.035 welding wire AWS A5.18,ABS ER70S-6. All aluminum welding shall be completed in accordance with requirements of ANSI/AWS D1.2 Structural Welding-Aluminum,utilizing 3/64" ER4043 Welding Wire,ANSI/AWS A5.10. 13F6.8 MATERIALS: 13F6.8.1 GENERAL: The Contractor shall submit for approval by the Owner, all items he intends on using for the construction of this project,as well as any alternate materials. The Owner will be allowed access to all sites where materials pertaining to this contract are manufactured or constructed for purposes of inspection. Materials delivered and stored at either the manufacturing facility, staging area, or jobsite shall be properly stored on dunnage or by other appropriate means to prevent direct contact with the ground and unnecessary damage. 13F6.8.2 CONCRETE FLOATS: A. Manufacturing The float manufacturer has a minimum of ten (10) consecutive years' experience in the design and manufacturing of concrete floats as their primary business. The manufacturing facility shall be located in the United States and meet the requirements for the designation of "Made in the USA" as designated by the US Federal Trade Commission. The facility shall be designed to provide the proper environment and physical conditions necessary for float casting. The facility shall provide adequate work space, equipment, level casting surfaces, and protection from direct sunlight,wind,moisture and freezing. The manufacturing facility must have an ongoing quality management system. This quality system must be regularly assessed and currently certified as meeting the ISO 9001 Standard. The scope of this certification must be for the design and manufacture of floating docks and pertain to the company or portion of the company providing the products and services for the project. The registrar providing this certification must be accredited according to EN 45012. Float modules shall be cast monolithically in a single pour. There shall be no cold joints of any type. All modules are to have concrete bottoms and walls. Float modules shall have a minimum deck thickness of 2" inches and a minimum side wall, end wall thickness of 1-1/2" and bottom thickness of 1-1/4" inches. B. Forms: Floats shall be cast in steel forms,with a smooth,true surface. Forms shall be designed in such a way to prevent unsightly finished surfaces or definite lines that could result in crack planes. Any rough edges, form marks, or defects shall be cleaned, ground smooth, or patched. Float forms shall have a tolerance of not more than 1/4 inch from the dimensions shown on the shop drawings. Floats cast from forms more than 1/2" out of square (when measured diagonally) shall be rejected. 13F6 Concrete Floating Dock Page 4 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 Concrete shall be vibrated internally and/or externally to assure a smooth dense finish. The placement will be such that the concrete float is monolithic with no cold joints in any part of the finished float. C. Concrete Mix Design: Prior to the manufacturing of any flotation units, the concrete mix design shall be approved by the Owner. Concrete shall have a minimum twenty-eight (28) day compressive strength of 5000 psi, per ASTM C-94. Floats made of concrete with less than specified strength may be rejected by the Owner. The mix shall contain a minimum of 611 pounds (six and one-half sacks) of Portland cement per cubic yard, either Type I or Type II modified, and low alkali. Type III cement may be used if the Tri-Calcium Aluminate of the cement is certified by the manufacturer to be between five (5) and eight (8) percent,and alkali content (Na20) and (K20) is less than 0.6 percent. Concrete for the flotation units shall contain polypropylene fibrous reinforcement in the deck area at a rate recommended by its supplier. The theoretical concrete unit weight shall not be more than 120 pounds per cubic foot. Coarse and fine aggregates shall conform to ASTM C-33-86,ASTM C-330 lightweight aggregates for structural concrete. All concrete shall be air-entrained from four (4) to seven (7) percent and shall be tested in accordance with ASTM C-138, C-173,or C-231. Water/cement ratio shall not exceed 0.45 for light-weight concrete. Slump range shall be three (3) inches to six (6) inches when tested in accordance with ASTM C- 143-78. D. Concrete Testing: All concrete testing shall be done under the guidance by certified personnel. Certification shall be in accordance with the National Ready Mix Concrete Association guidelines or equivalent. All concrete testing methods shall be done in accordance with the respective ASTM specifications. Four (4) compressive test cylinders shall be taken daily per mix, cured, and tested by either an independent testing laboratory or by an on-site, Owner approved, certified testing facility. Test results will be submitted on one (1) each, seven (7) day; one (1) each, 14 day, one (1) each, twenty-eight (28) day; and one (1) hold cylinder. Unit weight and entrained air tests will be taken daily from the same material sample used for the compressive test cylinders. Daily concrete cylinder test reports shall be submitted to the Owner on a job complete basis. All concrete testing shall be done at the Contractor's expense. E. Concrete Reinforcement: Galvanized welded wire fabrication used as concrete reinforcement shall be 2" X 2" - 14/14. Welded wire fabric is required in the deck and the bottom sections with a minimum of a two (2) inch return to the sides and ends. Where splicing occurs, the overlap will be a minimum of four (4) inches. Galvanized wire mesh shall meet ASTM A-185. 13F6 Concrete Floating Dock Page 5 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 Reinforcing steel bars shall be grade 40 or 60, conform to ASTM 615, and shall be epoxy coated in accordance with ASTM A775 or galvanized in accordance with ASTM A 767. F. Expanded Polystyrene Core (EPS): The closed cell expanded polystyrene core used inside the concrete unit shall meet Federal Specification C-578-85, which superseded Federal Specification HH-I-524C. The expanded polystyrene core must be fully encapsulated by concrete (all six sides). The foam shall weigh between.95 and 1.10 pounds per cubic foot. EPS to have a maximum absorption of three (3) percent by volume as tested by ASTM Method C- 272. The foam core shall be held in a true position during the casting operation with an allowable variation of 1/8 inch from the dimensions shown on the shop drawings. Foam billets will have a dimensional tolerance of plus 0.125 inch and minus 0.125 inch. Foam core may not have more than ten (10) percent reground EPS foam material. Reground foam pieces shall not exceed 3/8 inch in diameter. Foam core shall be made up of not more than four (4) laminated sections. The laminated foam core shall be glued with low solvent glue, and shall be strapped to prevent delamination during transportation and handling. No horizontal lamination may occur in the upper ten (10) inches of the foam core. G. Utility Raceway Each walkway shall have a rectangular PVC raceway(s) embedded in the float module above the water line as required for electrical system with appropriate pull-boxes. Pullboxes shall be Associated Type 1730, or approved equal, unless otherwise specified by the owner or required by specific state or local codes. Pullboxes shall be flush with the walking surface. Pullboxes shall have a one (1) inch nominal concrete bottom with a smooth or light brushed, slip- resistant finish. Bottom shall not be lower than inverts of the PVC sleeves. All bolts for lids on pullboxes shall be stainless steel. All sleeves and piping shall remain above the water surface under dead load conditions and shall be designed to facilitate installation, removal, and servicing of the utilities. Access openings shall be provided at convenient locations if required for special access. H. FRP Thru-Rod Connections: The minimum dimension for all thru-rods for structural attachment is 3/4-inch thread diameter. All thru-rods shall be placed within PVC sleeves cast in the float units. The maximum inside diameter of PVC shall not exceed 7/8 inch. All cast in inserts will be stainless steel, 3/4-inch diameter, with a welded loop or horizontal restraining bar. 13F6 Concrete Floating Dock Page 6 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 Walers shall be securely fastened to the concrete floats using fiber reinforced plastic (FRP) of high strength pultruded rods. At the time of manufacture the pultruded tie rods shall meet the following specifications: 1. Profile Dimensions and Tolerances • Diameter 0.782 ±0.008 in • Nominal weight 0.405 lb/ft± 5% (weight is for rod before grinding) • Density (nominal) 125 lb/ft3±5% • Cut length Customer advised length ± 0.1 in up to 6.6 ft lengths ± 0.2 in for lengths above 6.6 ft. • Straightness Customer advised length ± 0.1 in up to 6.6 ft lengths ± 0.2 in for lengths above 6.6 ft. 2. Raw Materials • Matrix based on hybrid epoxy vinyl ester resin • ECR glass 3. Resin matrix properties • Glass transition temperature of resin>291 °F • Onset reaction temp>212 °F • Heat of cure>72 kJ/lb • Peak Exotherm>248 °F 4. Reinforcement properties • Direct roving's, Boron-free ECR glass ASTM D5780 • Single filament tensile Strength 450 to 550 ksi,ASTM D2101 • Young's modulus 11.5 to 11.7 msi Sonic method 5. Physical Properties • Transverse shear> 13.5 kip (single sided shear),ASTM D7617/D7617M • Nut pull off strength> 15.7 kip,In house test • Dynamic Flexural Modulus>6 msi,ASTM E1640 • Moisture absorption< 0.1%,ASTM D570 Method 7.1 • Glass transition temperature of finished rod measured by Dynamic Mechanical Thermal Analysis 284°F Storage modulus curve,320°F Tan6 curve peak ASTM E1640 • Cure Ratio >95%CSA S870-10 6. Other • Color- Dark Grey • Surface finish- Surface to be free from cracking,loose fibers and blistering. 7. Test Certificate. A test certificate for each production batch shall include: • QA/QC Inward Raw Materials • Glass type • Resin type • Resin release number • Incoming Resin QC Differential Scanning Calorimeter (DSC) • Test&Analysis (ASTM E1356) • Onset reaction temperature • Heat of cure • Peak exothermic • Glass transition temperature (Tg) • QA/QC Product and Production • Surface finish 13F6 Concrete Floating Dock Page 7 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 • Diameter (0) • Product glass transition temperature (Tg) (ASTM E1640) • Nut pull off strength • Transverse shear strength • DSC and DMTA Thermogram graphs All bolted connections shall include 3/4" (nominal) nylon nuts manufactured from a high toughness 50%glass filled nylon 6,and contain high quality UV stabilizers for maximum longevity. A minimum of four (4) thru-rods per float unit are required, with a minimum average of one (1) thru-rod per two (2) lineal feet of float length. The quantity and configuration of the thru-rods will be determined by the float system structural engineer's load calculations on each dock section. Thru-rods shall be placed through each float unit within six (6) inches of each end of that unit, and within six (6) inches of each lumber splice. No connecting device shall protrude beyond the fascia into the berth area. Any connecting device protruding above the surface of the deck shall have a low,rounded profile. All nuts at triangle frame connections shall Bracket 3/4" (nominal) Nylon Nuts. Nuts at the triangle frame shall be re-tightened immediately before receiving utility covers. * All thru-rods N8+FRP must be stainless steel. I. Nylon Nuts: 1. Raw Materials: Nylon nuts shall be manufactured from a high toughness 50% glass filled nylon 6, which contains high quality UV stabilizers for maximum longevity. 2. Physical Properties: Nut pull off strength shall be>15.7 kip 3. Profile Dimensions: Standard 3/4" (nominal) Nylon Nut: r Bracket 3/4" (nominal) Nylon Nut: 13F6 Concrete Floating Dock Page 8 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 n ':. kI 4. Nominal Weight: • Standard 3/4" (nominal) Nylon Nut: 4.0 oz • Bracket 3/4" (nominal) Nylon Nut: 3.5 oz 5. Other: • Nylon nuts shall be black in color. • All internal surfaces shall be smooth. • Hexagonal surfaces shall be textured for increased grip; all other surfaces shall be smooth. Small injection marks are acceptable. I Deck Finish: The float deck surface shall be trowel finished with a steel trowel and a slip-resistant finish applied transversely to the walking surface. Contractor shall establish finishing methods and procedures to insure an even and consistent broom or screed finish on all deck surfaces. All top edges shall have a 3/8 inch tooled radius with a minimum 1-1/2 inch wide smooth hard steel finished face. Outside top edges and corners shall be filed smooth. All work shall be performed by persons experienced and skilled in their trade. K. Curing, Handling,and Stora Except as otherwise approved, floats shall be cured for a minimum of seven (7) days or until they have reached 80%of design strength before transporting or assembling. The Contractor shall select his own method of curing and be responsible for the result, except that all curing shall include the application of a curing compound as soon as practical after finishing and that the concrete modules be placed under cover with complete protection from direct sunlight,wind,and freezing for a period of three (3) days or until they have reached 70%of design strength. Curing compound referenced shall meet the following requirements: • Must be a balanced combination of sodium, potassium and meta silicate compounds with a surface reducing agent. • Must not contain any chlorides,waxes,resins or oils. • Must not separate or settle out. • Must not leave a residue on the concrete that would prevent the application of sealers or epoxies. • Must combine chemically with the free lime in concrete to form a barrier to reduce moisture evaporation to a level that allows the complete hydration of the concrete. 13F6 Concrete Floating Dock Page 9 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 Contractor shall take care in establishing handling methods to avoid damage to floats during form removal, storage, assembly, and installation. Storage of flotation units shall be on level surfaces, and it shall be the responsibility of the Contractor to determine how high to stack units to avoid damage. Care shall be taken to avoid damage caused by over-stacking. Floats shall be protected against damage from any cause. Any damaged units shall be rejected and removed from the assigned job. L. Cracks: Concrete cracking shall be minimized through proper design and control methods. However, it is typical for precast concrete to develop cracks. The structural nature of concrete is that the concrete must crack in order to mobilize the steel reinforcing. Cracks that are determined to be structural in nature by the float system design engineer and not located in the deck of the module shall be V-cut out and patched with a non-shrink patching compound approved by the engineer. Cracks that are determined to be structural in nature by the float system design engineer which are located in the deck of the float module shall be patched in accordance with methods and materials approved by the owner and the design engineer on a case by case basis. The design engineer shall determine if excessive cracking in a single flotation unit shall be cause for rejecting that unit. Rock pockets exceeding one (1) inches in diameter and/or 1/2 inch in depth and/or honeycombing, shall be patched with an approved non-shrink grout of a color similar to the cured concrete. Any pockets which expose mesh or rebar shall be chipped out, cleaned, and filled with an approved epoxy patching compound. M. Float Weight: The weight of the complete flotation units shall not vary from the theoretical weight or mean weight of all similar units by more than six (6) percent. Submit program to verify actual float weights, quantity to be weighed, and method of record keeping. N. Float Identification: All floats are to be clearly identified on one side between the bottom of the waler and the waterline with the date of manufacture,specific float type,and job number. 13F6.8.3 LUMBER: All timber walers and structural lumber shall be of Southern Yellow Pine; "No. 1" or better in accordance with either the Southern Pine Inspection Bureau or the Timber Products Inspection Bureau grading rules. Lumber shall be fabricated accurately to provide uniform gaps and butt joint connections. Lumber splices shall not exceed 1/2 inch between adjoining ends. All walers, fascia, spacers, plywood, or any other member, which is subject to foot traffic, shall be flush with the concrete walking surface. 13F6.8.4 LUMBER TREATMENT: All lumber shall be pressure preservative treated with CCA or ACZA to .6 pound retention after fabrication. All lumber, with the exception of laminated beams, will be cut to length and all holes drilled prior to pressure treatment as far as is possible. 13F6 Concrete Floating Dock Page 10 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B COCC Doc 2021 Tie bands used for delivery must have plates between the bands and the wood to prevent crushing. Bundle identification shall be done so as not to stain lumber surfaces. 13F6.8.5 STEEL: All structural steel channels, angles, and plates shall be fabricated from mild steel conforming to ASTM A-36,and shall be hot dipped galvanized after fabrication. All steel fabrication and welding will be performed in a facility currently certified as meeting the ISO 9001 Standard. All structural steel welders shall be qualified in accordance with requirements of ANSI/AWS D1.1, 2010 Structural Welding Code. All structural steel welding shall be completed in accordance with requirements of ANSI/AWS DLI, 2010 Structural Welding Code-Steel,and utilizing 0.035 welding wire AWS A5.18,ABS ER70S-6. All aluminum welding shall be completed in accordance with requirements of ANSI/AWS D1.2 Structural Welding-Aluminum,utilizing 3/64" ER4043 Welding Wire,ANSI/AWS A5.10. 13F6.8.6 GALVANIZED COATING: A hot dipped galvanized coating shall be required on all thru-rods, bolts, miscellaneous hardware, cleats, steel plates, angles, and shapes in accordance with either ASTM A-123 or ASTM A-153 as the process applies to the specific material. Zinc coating thickness to be a minimum of three (3) mils. All Zinc coating shall comply with ASTM A-123 100 Coating. 13F6.8.7 HARDWARE: Bolts, nuts, washers, and thru-rods shall be mild steel, in accordance with ASTM A-307, and have a minimum of 1-1/2 inch of thread. All hardware shall be hot dipped galvanized in accordance with ASTM A-123. Washers shall be used with all nuts and bolts,which bear on wood or steel. Round plate washers shall be used on all thru-rods bearing on wood surfaces. Cut washers shall be used on all surfaces bearing on steel surfaces. 13F6.8.8 WELDMENT AND TRENCH COVER PANELS: Cover panels, which provide continuous walking surfaces with the concrete deck, shall be of medium- density copolymer polyethylene or FRP, specially formulated to provide toughness and durability in a marine environment. The plastic shall contain UV stabilization for optimum performance in direct sunlight and weigh a minimum of.0342-lbs/cubic inch. The material shall be fabricated with a non-slip surface molded in the panels. 13F6 Concrete Floating Dock Page 11 of 11 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DIVISION 35-WATERWAY AND MARINE CONSTRUCTION SECTION 35- DREGING 35 20 23 DREDGING 1.00 GENERAL 1.01 SUMMARY OF WORK A. Work in this Section includes furnishing suitable dredging plant and performing all work required to remove the specified materials from within the prescribed work area limits as indicated, and disposal of the dredge material within an approved material placement area. The work includes conducting an initial investigation of existing conditions,and furnishing all equipment,supplies, tools, performance of labor and services, and all incidentals necessary to complete the dredging and placement of disposal material in an approved suitable disposal area. B. The Contractor is responsible for making necessary arrangements with the OAR and Marina Superintendent to assure satisfactory completion of dredging in the vicinity with a minimum interruption of service,and shall perform their operations in such a manner to avoid damage to existing facilities which are to remain. 1.02 SUBMITTALS A. Shop Drawings a. Soundings- Submit initial condition soundings of dredge area prior to dredging. Submit drawings of surveys during progress of work by soundings. B. Dredging Execution Plan a. Submit proposed Dredging Execution Plan for approval prior to beginning dredge operations. Indicate proposed dredging method, equipment, and systems. Include brief narrative of dredging method,product data,and schedule. b. Include a site utilization plan with conceptual drawings showing proposed location of equipment, pipelines,staging areas and details of proposed temporary measures (ex.,protect existing structures, protect wetlands, endangered species, etc.). c. Include a hurricane contingency plan (if dredging operations are conducted during the months of June-November). d. Include a spill contingency plan and water quality management plan that comply with requirements of the USACE Permit and with all Federal, State,and Local laws and regulations. C. Dredge Material Transportation Plan (per Sheet 8). D. Pre-Dredge Survey. E. Dredge Disposal Placement Plan a. Submit a Dredge Placement Plan for approval prior to beginning dredge operations. b. Include material,equipment,and methods for transporting,delivering,and placing dredge material. Include all storm water and erosion control measures required by Contractor submitted dredge placement plan. c. Include signed authorization from the property owner confirming placement location and any special conditions or restrictions on the placement. d. Dredge disposal shall comply with requirements of the USACE Permit and with all Federal, State, and Local laws and regulations. F. Water Quality Management Plan—NOT REQUIRED UNLESS DISCHARGE FROM DISPOSAL SITE a. Provide a site specific management plan for water quality monitoring that will include dredging production/placement modifications prior to reaching the 300 mg/L threshold. The management plan shall include specific management actions for measurements exceeding 200 mg/L, and additional limitations when 250 mg/L is observed. Management plans may include, but are not limited to, weir board management, reduced production, and/or end pipe management. The Contractor will submit for acceptance by the OAR, the disposal area water quality management plan. At no time will the Contractor be allowed to exceed 300 mg/L,which is the standard set by Texas Commission on Environmental Quality (TCEQ). 35 2023 Dredging Page 1 of 5 Rev.11-2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B b. Contractor shall maintain daily reports of TSS results and make them part of the daily and weekly dredging and disposal logs. Contractor shall notify OAR when the TSS level exceeds 200 mg/L and indicate which portions of the management plan will be implemented. If Contractor's discharge exceeds compliance with the 300 mg/L TSS requirement for the disposal area discharge,immediate actions shall be implemented to improve water quality. Contractor shall be solely responsible for developing and implementing the necessary measures to maintain acceptable disposal area effluent water quality, at no additional cost to the City. No payment will be made for delays or penalties that occur due to exceedances of the specified water quality criteria. 1.03 MATERIALS TO BE REMOVED A. The material to be removed is anticipated to be soft sandy clay. See November 2021 intertekPSI Geotechnical Report. 1.04 ARTIFICIAL OBSTRUCTIONS A. Except as indicated, the City has no knowledge of cables, pipes, or other artificial obstructions or of any wrecks, wreckage, or other material that would necessitate the use of explosives or the employment of additional equipment for economical removal. If actual conditions differ significantly from those stated or shown, or both, an adjustment in contract price or time for completion, or both, will be considered in accordance with Section 00 72 00 General Conditions. 1.05 QUANTITY OF MATERIAL A. The total estimated amount of in situ material to be removed from within the specified limits, including side slopes,is indicated in Section 00 30 01 Bid Form. The quantities listed are estimates only. Within the limits of available funds, complete the work specified as described herein and in the Dredging Plans and Dredging Notes. 1.06 ALLOWABLE OVERDEPTH DREDGING A. To cover unavoidable inaccuracies of dredging processes,a tolerance of+/-6"from the specified target depth is allowed such that material actually removed to a depth of up to 6" below the target depth specified and within the dredging limits will be measured and paid for at full Contract price. B. Dredge material removed more than 6" below the specified target depth and/or beyond the limits of the designated basin boundaries will not be paid for. 1.07 SIDE SLOPES A. Dredging on side slopes shall follow as closely as practicable to the lines indicated or specified.The amount of material excavated from the basin side slopes will be determined by comparing cross-sections collected before and after dredging,not to exceed the allowable depth tolerance or designated basin boundaries. 1.08 PERMIT A. The Contractor shall comply with conditions and requirements of the Corps of Engineers (USACE) Permit and other State or Federal permits. The City will secure the USACE permit for dredging of material as indicated. B. Contractor shall make arrangements with the property owner of the dredge material disposal site and obtain all permits necessary. Disposal shall comply with all property owner requirements in addition to State and Federal requirements. 1.09 ENVIRONMENTAL PROTECTION REQUIREMENTS A. Provide and maintain during the life of the Contract, environmental protective measures. Also, provide environmental protective measures required to correct conditions, such as oil spills or debris, that occur during the dredging operations. Comply with Federal, State, and local regulations pertaining to water, air, and noise pollution. 35 2023 Dredging Page 2 of 5 Rev.11-2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 1.10 BASIS FOR BIDS A. Base bids on the estimated in situ volume quantity of dredging indicated. Should the total quantity of dredging vary from that specified as the basis for bidding,the Contract price will be adjusted in accordance with the General Conditions. The dredging conditions specified and indicated describe conditions which are known. However,the Contractor is responsible for other conditions encountered which are not unusual when compared to the conditions recognized in the dredging business as usual in dredging activities such as those required under this Contract. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 INSPECTION A. Contractor shall inspect the work, keep records of work performed, and ensure that gages, targets, ranges, and other markers are in place and usable for the intended purpose. Contractor shall furnish, at the request of the OAR, all boats, boatmen, laborers, personal protective equipment, and materials necessary for inspecting, supervising, and surveying the work. When required, provide transportation for the City, Engineer and City inspectors to and from the disposal area and between the dredging plant and adjacent points on shore. 3.02 CONDUCT OF DREDGING WORK A. Order of Work- The OAR may direct the Contractor on the order of work in accordance with the phasing plan. The City reserves the right to change the order of work at any time if needed. Contractor shall schedule work to avoid conflicts with events at or in the vicinity of the Marina. B. Material must be mechanically dredged from the Marina Basin. Hydraulic dredging in the Marina Basin is not authorized. C. Interference with Navigation a. Minimize interference with the use of channels and passages. OAR will direct the shifting or moving of dredges or the interruption of dredging operations to accommodate the movement of vessels and floating equipment, if necessary. b. Compensation for Interruption of Operations. If dredging operations are substantially interrupted due to the movement of vessels or floating equipment, an adjustment in the Contract price or time for completion, or both, may be made as provided by the Contract. The OAR will notify the Contractor 7 days prior to ship/movements that will affect dredging operations. C. Lights - Each night, between sunset and sunrise and during periods of restricted visibility, Contractor shall provide lights for floating plants, ranges, and markers. Contractor shall also provide lights for buoys that could endanger or obstruct navigation. When night work is in progress,Contractor shall maintain lights from sunset to sunrise for the observation of dredging operations. Lighting shall conform to United States Coast Guard requirements for visibility and color. D. Ranges, Gages and Lines- Contractor shall furnish, set, and maintain ranges,buoys, and markers needed to define the work and to facilitate inspection. Contractor shall establish and maintain gages in locations observable from each part of the work so that the depth may be determined. Suspend dredging when the gages or ranges cannot be seen or followed. The Contractor shall furnish survey lines,points,and elevations necessary for the setting ranges,gages,and buoys. E. Plant - Maintain the plant, scows, coamings, barges, pipelines, and associated equipment to meet the requirements of the work. Promptly repair leaks or breaks along pipelines. Remove dredged material placed due to leaks and breaks. G. Safety of Structures - The prosecution of work shall ensure the stability of piers, bulkheads, and other structures that are to remain and are lying on or adjacent to the site of the work, insofar as structures may be jeopardized by dredging operations. Contractor shall repair damage resulting from dredging operations. H. Noise Control—All equipment and dredge barges,boats,and tugs used on this work shall be equipped with satisfactory mufflers or other noise abatement devices. The Contractor shall conduct his operations to comply with all Federal,State,and Local laws pertaining to noise. The use of horns and whistle signals shall be held to the minimum necessary to conduct as quiet an operation as possible. 35 2023 Dredging Page 3 of 5 Rev.11-2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 3.03 DISPOSAL OF EXCAVATED MATERIAL A. Provide for safe transportation and disposal of dredged materials. Transport and dispose of dredge material in the approved disposal areas. The deposit of dredged materials in unauthorized places is forbidden. Comply with rules and regulations of the disposal site per property owner requirements and State,Federal,and Local regulations. B. Method of Disposal-Deposit dredged material by the hydraulic process or by mechanical means,depending on the specifics of the approved disposal plan. C. If hydraulic disposal is used,if a leak occurs in the discharge pipeline immediately discontinue using the line until leaks are repaired. Remove material placed due to leaks or breaks. Furnish and maintain navigation warning signs along the pipeline. 3.04 SALVAGED MATERIAL A. Anchors, chains, trash, debris, and other articles of value,which are brought to the surface during dredging operations, shall remain or become the property of the Contractor and shall be removed from the site and disposed of in a lawful manner. Firearms which are brought to the surface during dredging operations,shall remain or become the property of the City and shall be delivered to a location as directed by the OAR. 3.05 FINAL EXAMINATION AND ACCEPTANCE A. As soon as practicable after the completion of basin areas, which in the opinion of the OAR will not be affected by further dredging operations, each area will be examined by the OAR by sounding or sweeping, or both. Remove shoals and lumps by dragging the bottom or by dredging. However, if the bottom is soft and the shoal areas form no material obstruction to navigation, removal may be waived at the discretion of the OAR. The OAR will be notified when soundings or sweepings are to be made and will be permitted to accompany the sounding or sweeping party and to inspect the data and methods used in preparing the final estimate. When areas are found to be in a satisfactory condition, the work therein will be accepted as complete. B. Upon completion of the work, promptly remove plant, including ranges, buoys, piles, and other markers or obstructions. 3.06 PRESERVATION OF PUBLIC AND PRIVATE PROPERTY A. Fences, roads, ditches, private or public grounds, and other structures or improvements damaged as a result of Contractor's operations shall be repaired or rebuilt at Contractor's expense. The areas used by the Contractor shall be restored to the same or as good condition as existed prior to commencement of work. 4.00 MEASUREMENT OF DREDGE MATERIAL A. Contractor shall take soundings before and after dredging, and as the work progresses to support periodic progress payments. Initial survey shall be provided to the OAR at least 14 days prior to dredging activities. All surveys shall be signed and sealed by a Texas registered professional surveyor. B. Method of Measurement - The material removed will be measured by cubic yard in place by means of soundings taken before and after dredging. The drawings represent existing conditions based on the information currently available, but shall be verified and corrected by soundings taken by the Contractor before dredging at the site. Soundings shall be taken by lead line or 200 kHz sonic methods, or both, as determined by the OAR; results of soundings by either or both methods will be the basis for payment. Produce cross sections from soundings along lines which are transverse to dredge limits and not more than 100 feet apart. Areas sounded more than 30 days prior to or after dredging will be re-sounded when requested by the OAR. The OAR has the option of being present when such soundings are made. C. Surveys During Progress of Work - Contract depth will be determined by soundings or sweepings taken behind the dredge as work progresses. The Contractor shall take progress soundings or sweepings. D. Monthly Estimates - Monthly estimates of work completed will be based on the result of soundings taken during the progress of the work to support the estimates. Deductions will be made for dredging and disposal not in accordance with the specifications. 35 2023 Dredging Page 4 of 5 Rev.11-2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B E. Final estimates will be subject to deductions or correction of deductions previously made because of excessive over depth,dredging outside or authorized areas,or disposal of material in an unauthorized manner. END OF SECTION 35 2023 Dredging Page 5 of 5 Rev.11-2021 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 01, incorporate to all other Sections in Division 26, and shall be considered a part of each of those Sections as if written in their entirety. 1.02 QUALITY ASSURANCE A. Electrical Contractors' Qualifications: Use adequate numbers of skilled workmen,trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. B. Workmanship: Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. Conduit and motors shall be isolated to avoid unacceptable noise levels from objectionable vibrations from all systems. 1.03 SUBMITTALS A. Submittals shall include: 1. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 2. Component drawings showing dimensions, mounting, and external connection details. 3. Complete control schematics and point to point wiring diagrams. 1.04 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards and codes conflict with each other,the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: National Electrical Manufacturer Association (NEMA) American Society for Testing and Materials (ASTM) National Fire Protection Association (NFPA) National Electrical Safety Code (NESC) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Code (NEC) Underwriters Laboratories (UL) Common Work Results For Electrical 260500- 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B American National Standards Institute (ANSI) Uniform Building Code (UBC) Occupational Safety and Health Administration (OSHA) Local Utility Companies Local Electrical Ordinance Rural Electrification Association (REA) Insulated Power Cable Engineers Association (IPCEA) National Electrical Contractors Association (NECA) Association Edison Illuminating Companies (AEIC) B. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. 1.05 DELIVERY AND STORAGE A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials.Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the Owner. 1.06 JOB CONDITIONS A. Permits, licenses and inspections shall be secured and paid for as required by law for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed.The Contractor shall utilize approved manufacturer shop drawings for final layouts of equipment and raceways. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed to a better advantage than the general arrangement of work on the plans,the Contractor shall before proceeding with the work prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. D. All enclosures for equipment unless specifically identified otherwise shall be NEMA 4X, 316 Stainless Steel for exterior installations, NEMA 1 for indoor enclosures. 2.00 EXECUTION 2.01 INSTALLATION A. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls, floors, and equipment enclosures. Common Work Results For Electrical 260500-2 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B B. Submit location drawings and obtain Engineer approval prior to installing conduit penetrations through slabs, beams, and walls. The complete installation shall be watertight and the fire rating of penetrations through walls,floors and ceilings shall be maintained. C. Install steel reinforced concrete foundations for equipment indicated. Concrete foundations shall have neatly chamfer top edges. Concrete foundations shall be 6 inches wider and 6 inches longer than the base of the equipment being installed. Concrete shall be in accordance with Division 03, and shall be reinforced as indicated. 2.02 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting of structural members shall not be permitted without the specific written approval of the Engineer. 2.03 PAINTING A. Maintain the original factory finish on material and equipment installed, unless specifically indicated on the plans or specifications. If the finish is marred in transit or during installation, re-finish to a neat,workmanlike appearance. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting. 2.04 EXCAVATION,TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner's representative, utility companies and Owner's facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D. All construction areas shall be finally graded as indicated on the contract documents or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro-mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. The Contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, contractor shall provide satisfactory arrangements to have turf and landscaping Common Work Results For Electrical 260500-3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B furnished and installed at the earliest opportunity thereafter. Provide a 90 day warranty on new turf and landscaping. 2.05 ELECTRICAL EQUIPMENT IDENTIFICATION A. The identification of electrical equipment shall be in accordance with Section 26 05 53 "Identification for Electrical Equipment." Identify electrical equipment in accordance with the NEC,the local authorities, and as specified. B. Use laminated three-ply engraved plastic nameplates with black surface and white interior core, at least 1/16 inch thick. Engraved lettering shall be condensed gothic at least 1/4 inch high and properly spaced for legible and easy reading. Attach plates to equipment with stainless steel screws. Adhesive attachment is only acceptable on NEMA 4X enclosures. Identify the following items with engraved nameplates, located as follows: 1. Each switch/fuse unit or circuit breaker in each main panel and each distribution panel - adjacent to switch/fuse unit or circuit. 2. Spares shall be labeled "Spare". 3. Each branch circuit panel -on panel trim cover immediately above panel door. 4. Each safety disconnect switch, relay cabinet, control panel -on outside of cover. 5. Any switch for load that cannot be seen from the control point-custom engraved on outside of switch cover plate. C. Branch circuit panelboard directories shall be completely and properly typewritten. Cover with plastic and attach to the inside of the cabinet door. Spares shall be labeled as "Spare." D. Refer to Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables"for conductor coding requirements. E. Install special custom engraved switch cover plates with engraving on the outside of the cover plate at outside light switches, and at any switch for equipment which is out of sight from the control point. F. Install same brand/manufacturer fittings throughout the project. Install UL listed products. Fasteners, anchor bolts, nuts, and washers shall be stainless steel. 2.06 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner's locking system. Key all locks alike. 2.07 ACCESS DOORS A. Wherever access is required in walls, ceilings, or soffits to concealed junction boxes, pull boxes or other electrical equipment, provide and install access doors. Install panels in locations approved by the Engineer. Paint as directed. Common Work Results For Electrical 260500-4 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2.08 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. 2.09 TESTING A. See each section for particular testing requirements for each type of equipment. END OF SECTION Common Work Results For Electrical 260500-5 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 26 05 19 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install 600-volt wires and cables. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 QUALITY ASSURANCE A. Testing: Megger test circuits for continuity and ground. Verify phasing at connection points. Torque test conductor connections and terminations to the Manufacturer's recommended values. B. Testing Agency Qualifications: Member Company of NETA and/or NRTL C. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing 1.03 SUBMITTALS A. Submittals shall include: 1. Product Data for each type of product 2. Field Test/Quality Control Reports 3. Qualification Data for Testing Agency 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. National Electrical Manufacturer Association (NEMA)Standards: NEMA WC-3 Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy NEMA WC-5 Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 1.05 DELIVERY AND STORAGE A. Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. Low Voltage Electrical Power Conductors and Cables 260519- 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2.00 MANUFACTURED PRODUCTS 2.01 CONDUCTORS AND CABLES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 1. Alcan Products Corporation; Alcan Cable Division 2. Alpha Wire 3. Belden Inc. 4. Southwire Incorporated 5. Okonite Company B. Copper Conductors: Comply with NEMA WC 70/ICEA 5-95-658. C. Conductor Insulation: Comply with NEMA WC 70/ICEA 5-95-658 for Type THHN,Type THWN, and Type XHHW or as indicated on the drawings. D. Conductors: Soft-drawn, annealed copper with a conductivity of not less than that of 98 percent pure copper bearing the U.L. label. The minimal size shall be#12. E. Single Conductors: Conductor with thermoplastic insulation rated at 600 volts and insulated with type THHN/THWN or XHHW insulation. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. F. Multiconductor Cable: Type W Flexible Power Cable or Tray Cable. G. Ground Wire: Tinned, Class B stranded conductor without insulation 2.02 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into Work include, but are not limited to,the following: 1. AFC Cable Systems, Inc. 2. Gardner Bender 3. Hubbell Power Systems, Inc. 4. Ideal Industries, Inc. 5. Ilsco; a branch of Bardes Corporation 6. NSi Industries LLC 7. O-Z/Gedney; a brand of the EGS Electrical Group 8. 3M; Electrical Markets Division 9. Tyco Electronics/ Raychem (Preferred) B. Description: Factory-fabricated connectors and splices of size, Ampacity rating, material, type and class for application and service indicated. Low Voltage Electrical Power Conductors and Cables 260519-2 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2.03 SYSTEM DESCRIPTION A. Electrical Components, Devices and Accessories: Listed and labeled as defined in NFPA 70 by a qualified testing agency and marked for intended location and application. B. Comply with NFPA 70. 3.00 EXECUTION 3.01 PREPARATION A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.02 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Stranded Copper B. Branch Circuits: Stranded Copper 3.03 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Service Entrance: In raceway B. Exposed Feeders:Type W or multi-conductor TC in raceway C. Feeders Concealed in Concrete, below Slabs-on-Grade and Underground: Type W or multi- conductor TC Tray cable in raceway D. Exposed Branch Circuits: Type W or multi-conductor TC in raceway E. Branch Circuits Concealed in Concrete, below Slabs-on-Grade and Underground: Type W or multi-conducotor TC in raceway F. INSTALLATION G. General: 1. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. 2. Splice only in junction or outlet boxes. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4 AWG and larger wire. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. 3. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: a. Tags relying on adhesives or taped-on markers are not acceptable. b. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. Low Voltage Electrical Power Conductors and Cables 260519-3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B c. Provide tags for cables and for conductors No. 8 AWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. d. Tags shall be imprinted with panelboard and panelboard position number(e.g. LA3- 23)for conductors fed from panelboards. Other conductors shall have tags imprinted with the source which feeds the conductors (e.g. MCC 1). e. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 4. Color coding of cables shall comply with the local city codes. In the absence of a local color coding requirement,the following shall be used: a. For 208/120 or 240/120-V, 3-phase wiring: Phase A Black Phase B Red Phase C Blue Neutral White Equipment Grounding Conductor Green b. For 240/120-V, 1-phase wiring: Leg A Black Leg B Red Neutral White Equipment Grounding Conductor Green 5. Colored,vinyl marking tape shall be allowed only on conductors greater than 8 AWG. Under no condition shall conductors of a different color be spliced together. 6. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. H. Single Conductors: Conductors shall be continuous from outlet to outlet and no splices shall be made except at outlets. Sufficient wire shall be left at outlets to make connections to equipment without straining. I. Ground Conductors: 1. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. Wire connections to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process. Low Voltage Electrical Power Conductors and Cables 260519-4 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2. Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean the metal surface under the grounding lug to bright metal. Connections to motors shall be to the grounding stud which shall be threaded into the stationary frame; Burndy KC Servit, or approved equal and not an end bell. The ground wire shall not be lugged to a mounting bolt. 3. Ground wire shall be uninsulated tinned copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with insulation as specified for low voltage wire. END OF SECTION Low Voltage Electrical Power Conductors and Cables 260519-5 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.02 SUBMITTALS A. Submittal shall include: 1. Grounding materials, equipment and processes. 2. Product Data: For each type of product supplied. 3. Field quality-control test reports. 4. Grounding arrangements and connections for separately derived systems. 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. C. Testing Agency Qualifications: Member Company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. 1.04 JOB CONDITIONS A. Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms. 2.00 PRODUCTS 2.01 MATERIALS A. Ground Rods: Copper-Bonded having a diameter of 3/4 inch and a minimum length of 10 feet. B. Ground Cables: Stranded, bare tinned copper of 98 percent conductivity and as specified in Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables." C. Conduit Ground Fittings: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp.,type NE or Thomas& Betts No. 3951 series or approved equal. Grounding and Bonding For Electrical Systems 260526- 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2.02 PROCESSES A. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. B. All welding materials used shall be Cadweld Materials—as manufactured by ERICO Products, Inc., or approved equal. 2.03 GROUNDING SYSTEM A. Provide a grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits,fittings, anchor supports,thermite process materials and equipment and other materials required for a complete installation. 3.00 EXECUTION 3.01 INSTALLATION A. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections: Exothermically welded connectors, except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Exothermically welded connectors. 4. Connections to Structural Steel: Exothermically welded connectors. B. Ground electrical work in accordance with NEC Article 250 and local codes. C. Install ground cables in conduits above grade or directly buried in earth to a depth of not less than 12 inches below grade. Installation to provide sufficient mechanical protection so as not to break ground cables or connections. D. Install ground cables continuously between connections. Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs, buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non- metallic materials. E. Install a green-colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. F. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper cable, in all other cases install a green-colored insulation, equipment grounding conductor in accordance with Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables." Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. G. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Provide grounding and bonding jumpers as required per the NEC. Grounding and Bonding For Electrical Systems 260526-2 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2. Bonding to Structure: Bond straps directly to basic structure,taking care not to penetrate any adjacent parts. 3. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. 4. Use exothermic-welded connectors for outdoor locations, but if a disconnect-type connection is required, use a bolted clamp. H. Grounding and Bonding for Piping: 1. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. I. Liquid tight flexible metal conduit in sizes 1 foot to 1 foot-2 inches or larger shall have bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. J. All equipment enclosures, conduit systems, and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC. K. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250. L. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner's Representative. M. Ground rod shall be installed such that the top of the ground rod is 6" below grade and enclosed by a ground rod box. N. At each convenience outlet, install a grounding clip attached to the outlet box and leave a sufficient length of#12 wire with green-colored insulation to connect to the grounding terminal at the receptacle. 3.02 INSPECTION A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer's recommendation using the fall of potential method in accordance with IEEE 81. C. All test equipment shall be provided under this section and approved by the Engineer. D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum)and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Owner's Representative promptly and include recommendations to reduce ground Grounding and Bonding For Electrical Systems 260526-3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B resistance. Provide additional ground rods and conductors as required to bring the resistance to required level. END OF SECTION Grounding and Bonding For Electrical Systems 260526-4 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Metal conduits,tubing, and fittings. 2. Nonmetal conduits,tubing, and fittings. 3. Metal wireways and auxiliary gutters. 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures, and cabinets. 7. Handholes and boxes for exterior underground cabling. 1.03 DEFINITIONS A. ARC: Aluminum rigid conduit. B. RGS: Galvanized rigid steel conduit. C. IMC: Intermediate metal conduit. D. RNC: Rigid Non Metallic conduit. E. LFMC: Liquidtight flexible metal conduit F. FMC: Flexible Metal Conduit G. ENT: Electrical Non-metalic Tubing H. LFNC: Liquidtight flexible non-metalic conduit 1.04 ACTION SUBMITTALS A. Submittals shall be in PDF format with proposed items clearly marked. Unmarked submittals shall be rejected. Submittals shall include: 1. Surface raceways, wireways and fittings, standard hinged-cover enclosures, and standard cabinets. 2.00 PRODUCTS 2.01 CONDUITS,TUBING, AND FITTINGS Raceways and Boxes For Electrical Systems 260533- 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Allied Tube & Conduit; a Tyco International Ltd. Co. 3. Anamet Electrical, Inc. 4. Electri-Flex Company. 5. O-Z/Gedney; a brand of EGS Electrical Group. 6. Picoma Industries, a subsidiary of Mueller Water Products, Inc. 7. Republic Conduit. 8. Robroy Industries. 9. Southwire Company. 10. Thomas & Betts Corporation. 11. Western Tube and Conduit Corporation. 12. Wheatland Tube Company; a division of John Maneely Company. 13. Approved Equal B. Listing and Labeling: Metal conduits,tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. PVC-Coated Steel Conduit: PVC-coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch (1 mm), minimum. 3. EMT: Comply with ANSI C80.3 and UL 797. D. FMC: Comply with UL 1; zinc-coated steel or aluminum. E. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. 1. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. F. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 2.02 NONMETALLIC CONDUITS,TUBING,AND FITTINGS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Raceways and Boxes For Electrical Systems 260533-2 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 1. AFC Cable Systems, Inc. 2. Anamet Electrical, Inc. 3. Arnco Corporation. 4. CANTEX Inc. 5. CertainTeed Corp. 6. Carlon 7. Electri-Flex Company. 8. Kraloy. 9. Lamson & Sessions; Carlon Electrical Products. 10. Niedax-Kleinhuis USA, Inc. 11. RACO; a Hubbell company. 12. Thomas & Betts Corporation. 13. Approved equal. B. Listing and Labeling: Nonmetallic conduits,tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. ENT: Comply with NEMA TC 13 and UL 1653. D. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. E. LFNC: Comply with UL 1660. F. Rigid HDPE: Comply with UL 651A. G. Continuous HDPE: Comply with UL 651B. H. Coilable HDPE: Preassembled with conductors or cables, and complying with ASTM D 3485. I. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. J. Fittings for LFNC: Comply with UL 5148. K. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively,when calculated according to 40 CFR 59, Subpart D (EPA Method 24). L. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.03 METAL WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Raceways and Boxes For Electrical Systems 260533-3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 1. Cooper B-Line, Inc. 2. Hoffman; a Pentair company. 3. Mono-Systems, Inc. 4. Square D; a brand of Schneider Electric 5. Approved equal. B. Description: Sheet metal, complying with UL 870 and NEMA 250,Type 1,Type 3R,Type 4X, as indicated on drawings unless otherwise indicated, and sized according to NFPA 70. 1. Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireway Covers: Hinged type NEMA 3R, Screw-cover type NEMA 1, NEMA 4X flanged-and- gasketed as indicated. E. Finish: Manufacturer's standard enamel finish. 2.04 NONMETALLIC WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Allied Moulded Products, Inc. 2. Hoffman; a Pentair company. 3. Lamson & Sessions; Carlon Electrical Products. 4. Niedax-Kleinhuis USA, Inc. 5. Approved equal. B. Listing and Labeling: Nonmetallic wireways and auxiliary gutters shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Description: Fiberglass polyester, extruded and fabricated to required size and shape, without holes or knockouts. Cover shall be gasketed with oil-resistant gasket material and fastened with stainless steel captive screws. Connections shall be flanged and have stainless-steel screws and oil-resistant gaskets. D. Description: PVC, extruded and fabricated to required size and shape, and having snap-on cover, mechanically coupled connections, and plastic fasteners. E. Fittings and Accessories: Couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings shall match and mate with wireways as required for complete system. Raceways and Boxes For Electrical Systems 260533-4 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B F. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). G. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.05 BOXES, ENCLOSURES, AND CABINETS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Adalet. 2. Cooper Technologies Company; Cooper Crouse-Hinds. 3. EGS/Appleton Electric. 4. Erickson Electrical Equipment Company. 5. FSR Inc. 6. Hoffman; a Pentair company—(Preferred). 7. Hubbell Incorporated; Killark Division. 8. Kraloy. 9. Milbank Manufacturing Co. 10. Mono-Systems, Inc. 11. O-Z/Gedney; a brand of EGS Electrical Group. 12. RACO; a Hubbell Company. 13. Robroy Industries. 14. Spring City Electrical Manufacturing Company. 15. Stahlin Non-Metallic Enclosures; a division of Robroy Industries. 16. Thomas & Betts Corporation. 17. Wiremold / Legrand. 18. Approved equal. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. C. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL 514C. D. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. E. Box extensions used to accommodate new building finishes shall be of same material as recessed box. Raceways and Boxes For Electrical Systems 260533-5 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B F. Device Box Dimensions: 4 inches square by 2-1/8 inches deep (100 mm square by 60 mm deep) or 4 inches by 2-1/8 inches by 2-1/8 inches deep (100 mm by 60 mm by 60 mm deep). G. Gangable boxes are prohibited. H. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250,Types as indicated with continuous-hinge cover with flush latch unless otherwise indicated. 1. Metal Enclosures: Stainless Steel,finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Fiberglass. 3. Interior Panels: Aluminum; all sides finished with manufacturer's standard enamel. 3.00 EXECUTION 3.01 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: PVC. 2. Concealed Conduit, Aboveground: PVC. 3. Underground Conduit: RNC,Type EPC-40-PVC, concrete encased. 4. Underground Conduit Stub-ups to Equipment Pads, or Other: PVC. 5. Boxes and Enclosures, Aboveground: NEMA 250,Type 3R or 4X SS as indicated. B. Minimum Raceway Size: 3/4-inch (21-mm)trade size except for lighting circuit taps not longer than 72". C. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. PVC Conduits: Use only fittings listed for use with this type of conduit. D. Install surface raceways only where indicated on Drawings. 3.02 INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Complete raceway installation before starting conductor installation. C. Arrange stub-ups so curved portions of bends are not visible above finished slab. D. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits,for which fewer bends are allowed. Support within 12 inches (300 mm) of changes in direction. E. Support conduit within 12 inches (300 mm)of enclosures to which attached or as otherwise dictated by Code. Raceways and Boxes For Electrical Systems 260533-6 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B F. Raceways Embedded in Slabs: 1. Run conduit larger than 1-inch (27-mm)trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 10-foot (3-m) intervals. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Arrange raceways to keep a minimum of 1 inch (25 mm) of concrete cover in all directions. 4. Do not embed threadless fittings in concrete unless specifically approved by Engineer for each specific location. G. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. H. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No.4 AWG. I. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch (35mm)trade size and insulated throat metal bushings on 1-1/2-inch (41-mm)trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. J. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. K. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. L. Cut conduit perpendicular to the length. For conduits 2-inch (53-mm)trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. M. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-Ib (90-kg)tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. N. Surface Raceways: 1. Install surface raceway with a minimum 2-inch (50-mm)radius control at bend points. 2. Secure surface raceway with screws or other anchor-type devices at intervals not exceeding 48 inches (1200 mm) and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods. O. Expansion-Joint Fittings: 1. Install in each run of aboveground RGS that is located where environmental temperature change may exceed 30 deg F (17 deg C) and that has straight-run length Raceways and Boxes For Electrical Systems 260533-7 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B that exceeds 25 feet(7.6 m). Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Revise list below to include all locations in Project with environmental conditions that require considering expansion-joint fittings in conduit runs. For each Project, consider only locations with PVC conduit with straight-run length exceeding 25 feet (7.6 m) or metal conduit in lengths over 100 feet (30 m). Also revise temperature change for each location so it safely represents conditions anticipated. Temperature-change figures below are examples of maximum total swings from the lowest to the highest environmental temperatures at the indicated types of locations and must be revised to represent temperature swings or changes that may occur at Project locations. b. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change. c. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C)temperature change. 2. Install fitting(s)that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change for PVC conduits. Install fitting(s)that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F (0.0115 mm per meter of length of straight run per deg C) of temperature change for metal conduits. 3. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 4. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. P. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches (1830 mm) of flexible conduit for recessed and semirecessed luminaires, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. Q. Locate boxes so that cover or plate will not span different building finishes. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. R. Fasten junction and pull boxes to or support from building structure with stainless steel hardware. Do not support boxes by conduits. 3.03 INSTALLATION OF UNDERGROUND CONDUIT A. Duct Bank—Install duct bank per drawing and details. B. Direct-Buried Conduit: Not Permitted for this Project 3.04 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES Raceways and Boxes For Electrical Systems 260533-8 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.5-mm) sieve to No.4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch (25 mm) above finished grade. D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables but short enough to preserve adequate working clearances in enclosure. E. Field-cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. 3.05 PROTECTION A. Protect coatings,finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION Raceways and Boxes For Electrical Systems 260533-9 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Conduit, ducts, and duct accessories for concrete-encased duct banks. 2. Handholes and boxes. 1.03 DEFINITION A. RNC: Rigid nonmetallic conduit. 1.04 ACTION SUBMITTALS A. Product Data: For the following: 1. Duct-bank materials, including separators and miscellaneous components. 2. Ducts and conduits and their accessories, including elbows, end bells, bends,fittings, and solvent cement. 3. Accessories for manholes, handholes, boxes, and other utility structures. 4. Warning tape. 5. Warning planks. B. Shop Drawings for Factory-Fabricated Handholes and Boxes: Include dimensioned plans, sections, and elevations, and fabrication and installation details, including the following: 1. Duct entry provisions, including locations and duct sizes. 2. Cover design. 3. Grounding details. 1.05 INFORMATIONAL SUBMITTALS A. Duct-Bank Coordination Drawings: Show duct profiles and coordination with other utilities and underground structures. 1. Include plans and sections, drawn to scale, and show bends and locations of expansion fittings. B. Product Certificates: For concrete and steel used in precast concrete manholes and handholes, as required by ASTM C 858. C. Qualification Data: For professional engineer and testing agency. Underground Ducts And Raceways For Electrical Systems 260543- 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B D. Source quality-control test reports. E. Field quality-control test reports. 1.06 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated. B. Comply with ANSI C2. C. Comply with NFPA 70. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to prevent bending, warping, and deforming. B. Store precast concrete and other factory-fabricated underground utility structures at Project site as recommended by manufacturer to prevent physical damage. Arrange so identification markings are visible. C. Lift and support precast concrete units only at designated lifting or supporting points. 1.08 PROJECT CONDITIONS A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than 7 days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written permission. 1.09 COORDINATION A. Coordinate layout and installation of ducts, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. B. Coordinate elevations of ducts and duct-bank entrances into handholes, and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to and handholes, and as approved by Engineer. 1.10 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 2.00 PRODUCTS 2.01 CONDUIT Underground Ducts And Raceways For Electrical Systems 260543-2 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B A. As per section 26 05 33 "Raceway and Boxes for Electrical Systems". 2.02 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Description: Comply with SCTE 77. 1. Color: Green. 2. First option in first subparagraph below facilitates bottom duct entry. Second option may be provided by a separate slab placed in the excavation under an open-bottom enclosure;third option is obtained by molding or fabricating the bottom integrally with the body of the unit. 3. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 4. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 5. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 6. Cover Legend: Molded lettering, "ELECTRIC." Or as indicated for each service. 7. Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings or end-bell fittings, selected to suit box material, sized for wiring indicated, and arranged for secure,fixed installation in enclosure wall. 8. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure,fixed installation in enclosure wall. B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation. d. NewBasis. e. Approved equal. C. Fiberglass Handholes and Boxes with Polymer Concrete Frame and Cover: Sheet-molded, fiberglass-reinforced, polyester resin enclosure joined to polymer concrete top ring or frame. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. Underground Ducts And Raceways For Electrical Systems 260543-3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. e. Approved equal. D. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin,with covers of fiberglass. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carson Industries LLC. b. Christy Concrete Products. c. Nordic Fiberglass, Inc. d. Approved equal. 2.03 SOURCE QUALITY CONTROL A. Test and inspect precast concrete utility structures according to ASTM C 1037. B. Nonconcrete Handhole and Pull-Box Prototype Test: Test prototypes of manholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Tests of materials shall be performed by a independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent testing agency or the manufacturer. A City provided qualified registered professional engineer shall certify tests by manufacturer. 3. Testing machine pressure gages shall have current calibration certification complying with ISO 9000 and ISO 10012, and traceable to NIST standards. 3.00 EXECUTION 3.01 UNDERGROUND DUCT APPLICATION A. Ducts for Electrical Cables Over 600 V: RNC, NEMA Type EPC-40-PVC, in concrete-encased duct bank, unless otherwise indicated. B. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC-40-PVC, in concrete- encased duct bank, unless otherwise indicated. 3.02 UNDERGROUND ENCLOSURE APPLICATION A. Handholes and Boxes for 600 V and Less: 1. Units in Roadways and Other Deliberate Traffic Paths: Precast concrete. AASHTO HB 17, H-20 structural load rating. Underground Ducts And Raceways For Electrical Systems 260543-4 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2. Units in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Polymer concrete, SCTE 77,Tier 15 structural load rating. 3. Units in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Polymer concrete units, SCTE 77,Tier 8 structural load rating. 4. Units Subject to Light-Duty Pedestrian Traffic Only: Fiberglass-reinforced polyester resin, structurally tested according to SCTE 77 with 3000-Ibf(13 345-N)vertical loading. 3.03 EARTHWORK A. Excavation and Backfill: Do not use heavy-duty, hydraulic-operated, compaction equipment. B. Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed. C. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling,fertilizing, liming, seeding, sodding, sprigging, and mulching. 3.04 DUCT INSTALLATION A. Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in runs between two manholes to drain in both directions. B. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured long sweep bends both horizontally and vertically, at other locations, unless otherwise indicated. C. Joints: Use solvent-cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. D. Duct Entrances to Concrete and Polymer Concrete Handholes: Use end bells, spaced approximately 10 inches (250 mm) o.c.for 5-inch (125-mm) ducts, and vary proportionately for other duct sizes. 1. Begin change from regular spacing to end-bell spacing 10 feet (3 m)from the end bell without reducing duct line slope and without forming a trap in the line. 2. Direct-Buried Duct Banks: Install an expansion and deflection fitting in each conduit in the area of disturbed earth adjacent to manhole or handhole. 3. Grout end bells into structure walls from both sides to provide watertight entrances. E. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig (1.03-MPa) hydrostatic pressure. F. Pulling Cord: Install 100-Ibf- (445-N-)test nylon cord in ducts, including spares. Underground Ducts And Raceways For Electrical Systems 260543-5 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B G. Concrete-Encased Ducts: Support ducts on duct separators. 1. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts,with not less than 4 spacers per 20 feet (6 m) of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches (150 mm) between tiers. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 2. Concreting Sequence: Pour each run of envelope between manholes or other terminations in one continuous operation. a. Start at one end and finish at the other, allowing for expansion and contraction of ducts as their temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written recommendations, or use other specific measures to prevent expansion-contraction damage. b. If more than one pour is necessary,terminate each pour in a vertical plane and install 3/4-inch (19-mm) reinforcing rod dowels extending 18 inches (450 mm) into concrete on both sides of joint near corners of envelope. 3. Pouring Concrete: Spade concrete carefully during pours to prevent voids under and between conduits and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Use a plank to direct concrete down sides of bank assembly to trench bottom. Allow concrete to flow to center of bank and rise up in middle, uniformly filling all open spaces. Do not use power-driven agitating equipment unless specifically designed for duct-bank application. 4. Reinforcement: Reinforce concrete-encased duct banks where they cross disturbed earth and where indicated. Arrange reinforcing rods and ties without forming conductive or magnetic loops around ducts or duct groups. 5. Forms: Use walls of trench to form side walls of duct bank where soil is self-supporting and concrete envelope can be poured without soil inclusions; otherwise, use forms. 6. Minimum Space between Ducts: 3 inches (75 mm) between ducts and exterior envelope wall, 2 inches (50 mm) between ducts for like services, and 4 inches (100 mm) between power and signal ducts. 7. Depth: Install top of duct bank at least 24 inches (600 mm) below finished grade in areas not subject to deliberate traffic, and at least 30 inches (750 mm) below finished grade in deliberate traffic paths for vehicles, unless otherwise indicated. 8. Stub-Ups: Use manufactured duct elbows for stub-ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Extend concrete encasement throughout the length of the elbow. 9. Stub-Ups: Use manufactured rigid steel conduit elbows for stub-ups at. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete. b. Stub-Ups to Equipment: For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 mm)from edge of base. Install insulated grounding bushings on terminations at equipment. Underground Ducts And Raceways For Electrical Systems 260543-6 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 10. Warning Tape: Bury warning tape approximately 12 inches (300 mm) above all concrete-encased ducts and duct banks. Align tape parallel to and within 3 inches (75 mm)of the centerline of duct bank. Provide an additional warning tape for each 12-inch (300-mm) increment of duct-bank width over a nominal 18 inches (450 mm). Space additional tapes 12 inches (300 mm) apart, horizontally. 3.05 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by the manufacturer. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.7-mm) sieve to No.4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas and trafficways, set so cover surface will be flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finished grade. D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure. E. Field-cut openings for ducts and conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. F. For enclosures installed in asphalt paving or earth and subject to occasional, nondeliberate, heavy-vehicle loading,form and pour a concrete ring encircling, and in contact with, enclosure and with top surface screeded to top of box cover frame. Bottom of ring shall rest on compacted earth. 1. Concrete: 3000 psi (20 kPa), 28-day strength, complying with Section 033000 "Cast-in- Place Concrete," with a troweled finish. 1. Dimensions: 10 inches wide by 12 inches deep (250 mm wide by 300 mm deep). 3.06 GROUNDING A. Ground underground ducts and utility structures according to Section 260526 "Grounding and Bonding for Electrical Systems." 3.07 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare test reports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. 2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out-of-round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest. Underground Ducts And Raceways For Electrical Systems 260543-7 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 3. Test grounding to ensure electrical continuity of grounding and bonding connections. Measure and report ground resistance as specified in Section 260526 "Grounding and Bonding for Electrical Systems." B. Correct deficiencies and retest as specified above to demonstrate compliance. 3.08 CLEANING A. Pull leather-washer-type duct cleaner, with graduated washer sizes,through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. END OF SECTION Underground Ducts And Raceways For Electrical Systems 260543-8 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.02 SUBMITTALS A. Product Data: For each electrical identification product indicated. 1.03 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, are not acceptable. 2.00 PRODUCTS 2.01 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: Identification for Electrical Systems 260553- 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 1. Tags relying on adhesives or tapes-on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. 3. Provide tags for cables and for conductors No. 8 AVWG and larger consisting of perma- nent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. 4. Tags shall be imprinted with panelboard and panelboard position number(e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 5. Where more than one neutral is present with a group of conductors, a tag shall be ap- plied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 2.02 CONDUCTOR IDENTIFICATION MATERIALS A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by Ito 2 inches wide. 2.03 UNDERGROUND-LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when ex- posed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE 2.04 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive la- bels, configured for display on front cover, door, or other access to equipment unless oth- erwise indicated. C. Baked-Enamel Warning Signs: Identification for Electrical Systems 260553-2 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 7 by 10 inches. D. Warning label and sign shall include, but are not limited to,the following legends: 1. Multiple Power Source Warning: "DANGER- ELECTRICAL SHOCK HAZARD- EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING -OSHA REGULATION -AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." 2.05 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark-gray background. Minimum letter height shall be 3/8 inch. 3.00 EXECUTION 3.01 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient view- ing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. F. Underground-Line Warning Tape: During backfilling of trenches install continuous under- ground-line warning tape directly above line at 6 to 8 inches below finished grade. Use mul- tiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. 3.02 IDENTIFICATION SCHEDULE A. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color-coding conductor tape to identify the phase. 1. Color-Coding for Phase Identification, 600 V or Less: Use colors listed below for un- grounded service,feeder, and branch-circuit conductors. Identification for Electrical Systems 260553-3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B a. Color shall be field applied for sizes larger than No. 8 AWG b. Colors for 240/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Neutral: White c. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a mini- mum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwind- ing. Locate bands to avoid obscuring factory cable markings. B. Locations of Underground Lines: Identify with underground-line warning tape for power. 1. Limit use of underground-line warning tape to direct-buried cables. 2. Install underground-line warning tape for both direct-buried cables and cables in race- way. C. Warning Labels for Enclosures for Power: Self-adhesive warning labels 1. Identify system voltage with black letters on an orange background. 2. Apply to exterior of door, cover, or other access. D. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. E. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations,terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems un- less equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: stainless steel screws and nuts, engraved and laminated name- plates. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment,fasten labels with appro- priate mechanical fasteners that do not change the NEMA or NRTL rating of the en- closure. 2. Equipment to Be Labeled: Identification for Electrical Systems 260553-4 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B a. Panelboards: Typewritten directory of circuits in the location provided by panel- board manufacturer. Panelboard identification shall be laminated acrylic or mela- mine label and placed in a clear plastic sleeve. b. Electrical enclosures and cabinets. c. Transformers: Label that includes tag designation shown on Drawings for the trans- former,feeder, and panelboards or equipment supplied by the secondary. d. Enclosed switches. e. Enclosed circuit breakers. f. Junction and Pull Boxes. END OF SECTION Identification for Electrical Systems 260553-5 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 26 24 16 PANELBOARDS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Branch-circuit panelboards. 1.03 ACTION SUBMITTALS A. Product Data: For each type of panelboard, switching and overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimensions and manufacturers'technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. 2. Detail enclosure types and details for types other than NEMA 250,Type 1. 3. Detail bus configuration, current, and voltage ratings. 4. Short-circuit current rating of panelboards and overcurrent protective devices. 5. Include evidence of NRTL listing for series rating of installed devices. 6. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 7. Include wiring diagrams for power, signal, and control wiring. 1.04 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified testing agency. B. Field Quality-Control Reports: 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. C. Panelboard Schedules: For installation in panelboards. Submit final versions after load balancing. Panelboards 262416- 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 1.05 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. Include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 1.06 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys:Two spares for each type of panelboard cabinet lock. 2. Circuit Breakers Including GFCI and Ground Fault Equipment Protection (GFEP)Types: Two spares for each panelboard. 1.07 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D. Comply with NEMA PB 1. E. Comply with NFPA 70. 1.08 DELIVERY, STORAGE, AND HANDLING A. Remove loose packing and flammable materials from inside panelboards; install temporary electric heating (250 W per panelboard)to prevent condensation or as recommended by manufacturer. B. Handle and prepare panelboards for installation according to NEMA PB 1. 1.09 PROJECT CONDITIONS A. Environmental Limitations: 1. Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 23 deg F (minus 5 deg C)to plus 104 deg F (plus 40 deg C). b. Altitude: Not exceeding 3300 feet(2000 m). B. Service Conditions: NEMA PB 1, usual service conditions, as follows: 1. Ambient temperatures within limits specified. Panelboards 262416-2 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2. Altitude not exceeding 3300 feet (2000 m). C. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than seven days in advance of proposed interruption of electric service. 2. Do not proceed with interruption of electric service without Owner's written permission. 3. Shall be comply with NEC, and NFPA 70 555.9, which states: "Electrical connections shall be located at least 305 mm (12 in.) above the deck of a floating pier" and "at least 305 mm (12 in.) above the deck of a fixed pier but not below the electrical datum plane." 1.10 COORDINATION A. Coordinate layout and installation of panelboards and components with other construction including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. 1.11 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace transient voltage suppression devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: One year from date of Substantial Completion. 2.00 PRODUCTS 2.01 GENERAL REQUIREMENTS FOR PANELBOARDS A. Enclosures: Surface-mounted cabinets. Shall be constructed of 316L stainless steel and shall powder-coated with polyester resin and processed to withstand a salt spray without peeling or separating. All hardware shall be 316 stainless steel. 1. Rated for environmental conditions at installed location. a. Outdoor Locations: NEMA 250,Type 4X, 316 grade SS. b. Corrosive Locations: NEMA 250,Type 4X, 316 grade SS. 2. Access Panels: Shall be constructed of 316L stainless steel and be flush-mounted with minimal mounting hardware. 3. Hinged Front Door:The housing shall have pad-lockable 3-point handle. First two subparagraphs below are optional features. 4. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body.Arrange to isolate individual panel sections. 5. Finishes: Panelboards 262416-3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B a. Panels and Trim: Stainless Steel,factory finished immediately after cleaning and pretreating with manufacturer's standard two-coat, baked-on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Same finish as panels and trim. 6. Directory Card: Inside panelboard door, mounted in transparent card holder. Card to be type written with circuit service. Hand written legends are not allowed. B. Incoming Mains Location: bottom. C. Phase, Neutral, and Ground Buses: 1. Material: Copper. 2. Equipment Ground Bus:Adequate for feeder and branch-circuit equipment grounding conductors; bonded to box. D. Conductor Connectors: Suitable for use with conductor material and sizes. 1. Material: Hard-drawn copper, 98 percent conductivity. 2. Main and Neutral Lugs: Mechanical type. 3. Ground Lugs and Bus-Configured Terminators: Mechanical type. 4. Feed-Through Lugs: Mechanical type, suitable for use with conductor material. Locate at opposite end of bus from incoming lugs or main device. 5. Extra-Capacity Neutral Lugs: Rated 200 percent of phase lugs mounted on extra-capacity neutral bus. E. The distribution panelboard(s) shall include ground fault monitor relay(s)to monitor and/or interrupt the main circuit breaker and/or branch circuit breakers to comply with NEC 555.3 requirements. F. Mounting: Shall be compliant with NEC and NFPA 70 555, and meet the datum plane requirement without the addition of curbing to meet the height requirement.The panelboard shall include a removable .090" enamel-coated, aluminum gland plate to simplify the knock-out process for cable glands.The housing shall also have isolation pads to provide isolation from the mounting surface. G. Top/ Lifting: Shall be constructed with two (2) 1/2" lifting eyes for moving the panelboard for installation. H. Panelboard Short-Circuit Current Rating: Rated for series-connected system with integral or remote upstream overcurrent protective devices and labeled by an NRTL. Include size and type of allowable upstream and branch devices, listed and labeled for series-connected short-circuit rating by an NRTL. I. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. J. All electrical components shall be located above the electrical datum plane set forth by the NEC. All exposed metallic parts shall be grounded as part of the integral equipment ground. Panelboards 262416-4 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2.02 PERFORMANCE REQUIREMENTS A. Surge Suppression: Factory installed as an integral part of indicated panelboards, complying with UL 1449 SPD Type 1. 2.03 DISTRIBUTION PANELBOARDS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 1. Square D 2. GE 3. Approved equal B. Panelboards: NEMA PB 1, power and feeder distribution type. C. Doors: Secured with vault-type latch with tumbler lock; keyed alike. 1. For doors more than 36 inches (914 mm) high, provide two latches, keyed alike. D. Mains: As indicated. E. Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes 125 A and Smaller: Bolt-on circuit breakers. F. Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes Larger Than 125 A: Bolt-on circuit breakers; plug-in circuit breakers where individual positive-locking device requires mechanical release for removal. 2.04 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Molded-Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 2. Molded-Case Circuit-Breaker (MCCB) Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. C. Multipole units enclosed in a single housing or factory assembled to operate as a single unit. Panelboards 262416-5 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 2.05 ACCESSORY COMPONENTS AND FEATURES A. Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation. B. Integrated Ground Fault Monitoring system with indicator lights as per NEC 555 requirements. Real-time display of current leakage, pre-set alarm/trip from 5mA to 5A current leakage to ground, and Test/Reset pushbuttons and audible alarm. 3.00 EXECUTION 3.01 EXAMINATION A. Receive, inspect, handle, and store panelboards according to NEMA PB 1.1. B. Examine panelboards before installation. Reject panelboards that are damaged or rusted or have been subjected to water saturation. C. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install panelboards and accessories according to NEMA PB 1.1. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. C. Mount panelboard cabinet plumb and rigid without distortion of box. D. Install overcurrent protective devices and controllers not already factory installed. 1. Set field-adjustable, circuit-breaker trip ranges. E. Install filler plates in unused spaces. F. Arrange conductors in gutters into groups and bundle and wrap with wire ties. G. Comply with NECA 1. 3.03 IDENTIFICATION A. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs "WARNING HIGH VOLTAGE." B. Create a directory to indicate installed circuit loads; incorporate Owner's final room designations. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." Panelboards 262416-6 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B D. Device Nameplates: Label each branch circuit device in distribution panelboards with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems." 3.04 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. C. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site,where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3. Perform the following infrared scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each panelboard. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each panelboard 11 months after date of Substantial Completion. c. Instruments and Equipment: 1). Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. F. Panelboards will be considered defective if they do not pass tests and inspections. G. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.05 ADJUSTING A. Adjust moving parts and operable component to function smoothly, and lubricate as recommended by manufacturer. Panelboards 262416-7 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 3.06 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions. END OF SECTION Panelboards 262416-8 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 26 28 16 ENCLOSED CIRCUIT BREAKERS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Circuit Breakers 2. Enclosures. 1.03 DEFINITIONS A. NC: Normally closed. B. NO: Normally open. C. SPDT: Single pole, double throw. 1.04 ACTION SUBMITTALS A. Product Data: For each type of enclosed switch, circuit breaker, accessory, and component indicated. Include dimensioned elevations, sections,weights, and manufacturers'technical data on features, performance, electrical characteristics, ratings, accessories, and finishes. 1. Enclosure types and details for types other than NEMA 250,Type 1. 2. Current and voltage ratings. 3. Short-circuit current ratings (interrupting and withstand, as appropriate). 4. Include evidence of NRTL listing for series rating of installed devices. 5. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices, accessories, and auxiliary components. 1.05 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified testing agency. B. Field quality-control reports. 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. Enclosed Circuit Breakers 262816- 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 1.06 QUALITY ASSURANCE A. Source Limitations: Obtain enclosed switches and circuit breakers, overcurrent protective devices, components, and accessories, within same product category,from single source from single manufacturer. B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for enclosed switches and circuit breakers, including clearances between enclosures, and adjacent surfaces and other items. Comply with indicated maximum dimensions. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D. Comply with NFPA 70. 1.07 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than minus 22 deg F (minus 30 deg C) and not exceeding 104 deg F (40 deg C). 2. Altitude: Not exceeding 3300 feet (2010 m). B. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than seven days in advance of proposed interruption of electric service. 2. Indicate method of providing temporary electric service if required. 3. Do not proceed with interruption of electric service without Owner's written permission. 4. Comply with NFPA 70E. 1.08 COORDINATION A. Coordinate layout and installation of switches, circuit breakers, and components with equipment served and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. 2.00 PRODUCTS 2.01 MOLDED-CASE CIRCUIT BREAKERS A. Manufacturers: Subject to compliance with requirements available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy&Automation, Inc. 4. Square D; a brand of Schneider Electric. Enclosed Circuit Breakers 262816-2 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B B. General Requirements: Comply with UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents. C. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit- breaker frame sizes 250 A and larger. D. Adjustable, Instantaneous-Trip Circuit Breakers: Magnetic trip element with front-mounted, field- adjustable trip setting. E. Electronic Trip Circuit Breakers: Field-replaceable rating plug, rms sensing, with the following field-adjustable settings: 1. Instantaneous trip. 2. Long-and short-time pickup levels. 3. Long-and short-time time adjustments. 4. Ground-fault pickup level,time delay, and 12 response. F. Current-Limiting Circuit Breakers: Frame sizes 400 A and smaller, and let-through ratings less than NEMA FU 1, RK-5. G. Features and Accessories: 1. Standard frame sizes,trip ratings, and number of poles. 2. Lugs: Mechanical type, suitable for number, size,trip ratings, and conductor material. 3. Application Listing: Appropriate for application;Type SWD for switching fluorescent lighting loads;Type HID for feeding fluorescent and high-intensity discharge lighting circuits. 4. Ground-Fault Protection: Where required by code Comply with UL 1053; integrally mounted, self-powered type with mechanical ground-fault indicator; relay with adjustable pickup and time-delay settings, push-to-test feature, internal memory, and shunt trip unit; and three-phase, zero-sequence current transformer/sensor. 5. Undervoltage Trip: Set to operate at 35 to 75 percent of rated voltage without intentional time delay. 6. Auxiliary Contacts: One SPDT switch with "a" and "b" contacts; "a" contacts mimic circuit- breaker contacts, "b" contacts operate in reverse of circuit-breaker contacts. 7. Alarm Switch: One NC contact that operates only when circuit breaker has tripped. 8. Key Interlock Kit: Externally mounted to prohibit circuit-breaker operation; key shall be removable only when circuit breaker is in off position. 9. Electrical Operator: Provide remote control for on, off, and reset operations. 2.02 ENCLOSURES A. Enclosed Switches and Circuit Breakers: NEMA AB 1, NEMA KS 1, NEMA 250, and UL 50,to comply with environmental conditions at installed location. 1. Indoor, Dry and Clean Locations: NEMA 250,Type 1. 2. Outdoor Locations: NEMA 250,Type 4X 316 SS. 3. Other Wet or Damp, Indoor Locations: NEMA 250,Type 4X 316 SS. Enclosed Circuit Breakers 262816-3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 4. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: NEMA 250,Type 12. 3.00 EXECUTION 3.01 EXAMINATION A. Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install individual wall-mounted switches and circuit breakers with tops at uniform height unless otherwise indicated. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. C. Comply with NECA 1. 3.03 IDENTIFICATION A. Comply with requirements in Section 26 05 53 "Identification for Electrical Systems." 1. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved metal or laminated-plastic nameplate. 3.04 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. B. Enclosed switches and circuit breakers will be considered defective if they do not pass tests and inspections. 3.05 ADJUSTING A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. END OF SECTION Enclosed Circuit Breakers 262816-4 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B APPENDIX - 1 GEOTECHNICAL ENGINEERING REPORT DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B ere GEOTECHNICAL ENGINEERING REPORT Proposed 21026: Replace Marina Piers A-D & L Laurence Street T-head Corpus Christi, Texas PSI Project No. 03122441 PREPARED FOR: City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 November 17, 2021 BY: PROFESSIONAL SERVICE INDUSTRIES, INC. 810 S. Padre Island Dr. Corpus Christi,Texas 78416 Phone: (361)854-4801 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B tntertek Professional Service Industries,Inc. 810 S.Padre Island Drive Corpus Christi,Texas 78416 Office (361)854-4801 November 17, 2021 City of Corpus Christi 1201 Leopard Street Corpus Christi,Texas 78401 Attn: Mr. Brett Perez RE: GEOTECHNICAL ENGINEERING REPORT PROPOSED 21026: REPLACE MARINA PIERS A-D&L LAURENCE STREET T-HEAD CORPUS CHRISTI,TEXAS PSI Project No.03122441 Dear Mr. Perez: Professional Service Industries, Inc. (PSI), an Intertek company, is pleased to submit this Geotechnical Engineering Report for the referenced project.This report includes the results from the field and laboratory investigation along with recommendations for use in preparation of the appropriate design and construction documents for this project. PSI appreciates the opportunity to provide this Geotechnical Engineering Report and looks forward to continuing participation during the design and construction phases of this project. PSI also has great interest in providing materials testing and inspection services during the construction of this project and will be glad to meet with you to further discuss how we can be of assistance as the project advances. If there are questions pertaining to this report, or if PSI may be of further service, please contact us at your convenience. Respectfully submitted, PROFESSIONAL SERVICE INDUSTRIES,INC. Texas Board of Professional Engineers Certificate of Registration#F003307 0E f DEXTER BACON .,..:.... 54560,....4.,.,f ow Philip L.Johnson, P.E. �� ..< q.. .� Dexter Bacon, P.E. Principle Consultant 1tilk sI•�araq '� Chief Engineer Geotechnical Department Manager �` �`� 11/16/2021 inwww.intertek.com/building Lon DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B TABLE OF CONTENTS Electronic Navigation:The TOC below and are hyperlinked to sections of relevance.The Symbol will return the reader to the TOC. Page No. TABLE OF CONTENTS................................................................................................. I 1.0 PROJECT INFORMATION ................................................................................ 1 1.1 PROJECT AUTHORIZATION.......................................................................................................................1 1.2 PROJECT DESCRIPTION...........................................................................................................................1 1.3 PURPOSE AND SCOPE OFSERVICES........................................................................................................1 2.0 SITE AND SUBSURFACE CONDITIONS.............................................................3 2.1 SITE DESCRIPTION...................................................................................................................................3 2.2 SITE PHOTOS...........................................................................................................................................3 2.3 FIELD EXPLORATION................................................................................................................................5 2.4 LABORATORY TESTING PROGRAM...........................................................................................................5 2.5 SITE GEOLOGY........................................................................................................................................6 2.6 SUBSURFACE CONDITIONS......................................................................................................................6 3.0 GEOTECHNICAL EVALUATION AND RECOMMENDATIONS ............................7 3.1 GEOTECHNICAL DISCUSSION...................................................................................................................7 3.2 FOUNDATION RECOMMENDATIONS DISCUSSION ......................................................................................7 3.3 FOUNDATION DESIGN RECOMMENDATIONS..............................................................................................7 3.4 SITE SEISMIC DESIGN RECOMMENDATIONS.............................................................................................9 4.0 CONSTRUCTION CONSIDERATIONS ............................................................. 11 4.1 INITIAL SITE PREPARATION CONSIDERATIONS ...................................................................................... 11 4.2 MOISTURE SENSITIVE SOILS/WEATHER RELATED CONCERNS.............................................................. 13 4.3 EXCAVATION OBSERVATIONS............................................................................................................... 13 4.4 DRAINAGE CONSIDERATIONS................................................................................................................ 13 4.5 EXCAVATIONS AND TRENCHES.............................................................................................................. 13 5.0 REPORT LIMITATIONS.................................................................................. 15 APPENDIX............................................................................................................... 16 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B INDEX OF TABLES Page No. Table 1.1: General Project Description...............................................................................................................1 Table2.1: Site Description....................................................................................................................................3 Table 2.2: Field Exploration Summary................................................................................................................5 Table 2.3: Field Exploration Description............................................................................................................5 Table 2.4: Laboratory Testing Program..............................................................................................................5 Table 2.5: Generalized Soil Profile......................................................................................................................6 Table 3.1: Driven Pile-Allowable Skin Friction and End Bearing for Axial Design....................................8 Table 3.2: Driven Pile Constraints.......................................................................................................................8 Table 3.3: Driven Pile Considerations ................................................................................................................8 Table 3.4: Lpile Design Parameters....................................................................................................................9 Table 3.5: Recommended Design Seismic Parameters................................................................................ 10 Table 4.1: Subgrade Preparation for Non-Structural -General Fill............................................................. 12 Table 4.2: Fill Compaction Recommendations Outside of Building and Pavement Areas .................... 12 Table 4.3: Considerations for Demolition ,Abandoning Utilities and Tree Removal .............................. 12 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 1.0 PROJECT INFORMATION 1.1 PROJECT AUTHORIZATION Professional Service Industries, Inc. (PSI), an Intertek company, has completed a field exploration and geotechnical evaluation for the proposed 21026: Replace Marina Piers A-D & L Geotech Scope project. Jeff Edmonds representing City of Corpus Christi, authorized PSI's services on 9/27/2021 by signing PSI Proposal No.351118. PSI's proposal contained a proposed scope of work,lump sum fee,and PSI's General Conditions. 1.2 PROJECT DESCRIPTION Based on information provided by the Client, PSI's review of a site plan entitled 202107 30 Geotech Bore Scope Recommendation w Map, dated 7/30/2021 and prepared by City of Corpus Christi and Urban Engineering, and the results of this geotechnical investigation, a summary of our understanding of the proposed project is provided in the following General Project Description table. TABLE 1.1:GENERAL PROJECT DESCRIPTION Geotechnical study to support the design and construction of Project Items the foundation system for the proposed floating docks Requested Foundation Type Driven Pile Foundations The geotechnical recommendations presented in this report are based on the available project information, structure locations, and the subsurface materials encountered during the field investigation. If the noted information or assumptions are incorrect, please inform PSI so that the recommendations presented in this report can be amended, as necessary. PSI will not be responsible for the implementation of provided recommendations if not notified of changes in the project. 1.3 PURPOSE AND SCOPE OF SERVICES The purpose of this study is to evaluate the subsurface conditions at the site and develop geotechnical engineering recommendations and guidelines for use in preparing the design and other related construction documents for the proposed project. The scope of services included drilling soil borings, performing laboratory testing, and preparing this geotechnical engineering report. This report briefly outlines the available project information, describes the site and subsurface conditions, and presents the recommendations regarding the following: • Recommendations for the design of driven pile foundations for supporting the proposed floating docks, including end bearing and skin friction values, as well as LPILE design values for lateral load analysis; • Seismic design site classification per the International Building Code; (2018); This project also included an Environmental component for the purpose of dredge material analysis recommendations. Environmental samples were taken at borings B-2, B-3, B-6 and SS-1 and SS-2 as shown on the Boring Location Plan in the Appendix. A report will be provided for this scope under separate cover. PAGE 1 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 The scope of services for this geotechnical exploration did not include mold nor detailed seismic/fault assessment for determining the presence or absence of wetlands. Statements in this report or on the boring logs regarding odors, colors, and unusual or suspicious items or conditions are strictly for informational purposes. PAGE 2 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 2.0 SITE AND SUBSURFACE CONDITIONS 2.1 SITE DESCRIPTION The following table provides a generalized description of the existing site conditions based on visual observations during the field activities,as well as other available information. TABLE 2.1:SITE DESCRIPTION Site Location Corpus Christi Marina, Laurence Street T-head and L-Head. Lat: 27.793340'; Long.:-97.390025' Existing Site Ground Cover Approximately 8 to 10 feet of water depth Other Site Features Existing Boat Slips at Corpus Christi Marina Ground Surface Soil Support Capability Borings were performed from a spud barge 2.2 SITE PHOTOS DURING DRILLING lllirriip /1 WRIT rflJf �ia�iii/r y»4 n,% �4)��YI�i1Wl�illtllltlrrlrrr/� i /r l v� .ori i r r / PAGE 3 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 1/0,0011�11�lZ�lee�l116111111� / / Ji ; i � I f i / o , 1 r f f � r it 11 ' , r 1j_g� ri4 f; ;,y�f„r r •I,f/�/ >' Y �,,, (I 1/ ,/ ,f / /i roil„�/���% ���i/(r � l n r �r °I,/r^n r��r U ✓;l' r',rr,r /Jf; /rri�,r,,,�a, ��/fl .J f/I Yl � -; '', I ,,l r r ✓ r/ ,. !'/ ��/l/fir l�/�r����, d lr C e ') In'n PAGE 4 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 2.3 FIELD EXPLORATION Field exploration for the project consisted of drilling a total of 6 geotechnical borings. The boring design element, boring labels,approximate depths and drilling footage are provided in the following table. TABLE 2.2: FIELD EXPLORATION SUMMARY Design Element Number of Boring Depth Drilling Footage Borings (ft) (feet) Marina Pier Slips(Borings 132-136) 5 50 250 Marina Pier Slips(Boring B1) 1 40 40 TOTAL: 6 290 The boring locations were selected by PSI personnel and located in the field using a recreational-grade GPS system. Elevations of the ground surface at the boring locations were not provided and should be surveyed by others prior to construction.The references to elevations of various subsurface strata are based on depths below existing grade at the time of drilling considering an average tide elevation of+1.0 ft.The approximate boring locations are depicted on the Boring Location Plan provided in the Appendix. TABLE 2.3: FIELD EXPLORATION DESCRIPTION Drilling Equipment Truck Mounted Drilling Rig on Spud Barge Drilling Method Wet Rotary with Steel Pipe Casing Drilling Procedure Applicable ASTM and PSI Safety Manual Field Testing Hand Penetrometer,Standard Penetration Test(ASTM D1586) Sampling Procedure Soils:ASTM D1587/1586 Sampling Frequency Continuously to a Depth of 10 Feet and at 5-foot Intervals Thereafter During field activities, the encountered subsurface conditions were observed, logged, and visually classified (in general accordance with ASTM D2487). Field notes were maintained to summarize soil types and descriptions,water levels, changes in subsurface conditions, and drilling conditions. 2.4 LABORATORY TESTING PROGRAM PSI supplemented thefield exploration with a laboratory testing program to determine additional engineering characteristics of the subsurface soils encountered.The laboratory testing program included: TABLE 2.4:LABORATORY TESTING PROGRAM Laboratory Test Procedure Specification Visual Classification ASTM D2488 Moisture Content ASTM D2216 Atterberg Limits ASTM D4318 Material Finer than No. 200 Sieve ASTM D1140 PAGE 5 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 The laboratory testing program was conducted in general accordance with applicable ASTM Test Methods. The results of the laboratory tests are provided on the Boring Logs in the Appendix. Portions of samples not altered or consumed by laboratory testing will be discarded 60 days from the date shown on this report. 2.5 SITE GEOLOGY As shown on the Geologic Atlas of Texas,Corpus Christi Sheet, reprinted in 1975,the site is located in an area where the Beaumont Formation (Qb) is present at or near the ground surface. The Beaumont Formation consists mostly of clay and sand intermixed with gravel.The Beaumont Formation thickness varies from 3 to 10 meters to over 100 meters toward the southeast. 2.6 SUBSURFACE CONDITIONS The results of the field and laboratory investigation have been used to generalize a subsurface profile at the project site. The following subsurface descriptions provide a highlighted generalization of the major subsurface stratification features and material characteristics. TABLE 2.5:GENERALIZED SOIL PROFILE Stratum Top Bot. Soil Type LL(%) pl Passing N(Range/Avg) Elev.(ft) Elev.(ft) #200 Sieve 1 -8 -24 Very soft Ci dy Clay or 68 44 81 0 ay 2 -24 -58 Clayey Sand/Sandy 49 28 73 (8-50/4")/25 Clay/Clay Where: LL=Liquid limit(%) P1=Plasticity Index N=Standard Penetration Test blow count(blows/foot) The boring logs included in the Appendix should be reviewed for specific information at individual boring locations. The boring logs include soil descriptions, stratifications, locations of the samples, and field and laboratory test data.The descriptions provided on the logs only represent the conditions at that actual boring location;the stratifications represent the approximate boundaries between subsurface materials.The actual transitions between strata may be more gradual and less distinct. Variations will occur and should be expected across the site. 2.6.1 TIDE AND MUDLINE INFORMATION As these borings were performed in the water,we have utilized a tide elevation of+1.0 feet for our analyses. The mudline at these locations was generally encountered near elev. -7 to-9 feet. PAGE 6 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 3.0 GEOTECHNICAL EVALUATION AND RECOMMENDATIONS 3.1 GEOTECHNICAL DISCUSSION The upper soils at this site generally between elevation-8 ft.to-24 ft. consist of under consolidated very soft clay or sandy clay. Beneath this soft zone, primarily very stiff sandy clay or clay with some sand layers were encountered down to the boring termination elevation of -58 feet. We assume that either driven precast concrete piles or steel pipe piles will be utilized for this project to support the new floating docks. As the upper 16 feet of soils are very soft, it would be anticipated that the weight of the pile would penetrate at least 8 to 10 feet prior to driving. Below that in the very stiff clays,good driving conditions would most likely exist except when encountering the occasional sand layers. The following design recommendations have been developed based on the previously described project characteristics and subsurface conditions encountered. If there are changes in the project criteria, PSI should be retained to determine if modifications in the recommendations will be required. The findings of such a review would be presented in a supplemental report.Once final design plans and specifications are available, a general review by PSI is recommended to observe that the conditions assumed in the project description are correct and to verify that the earthwork and foundation recommendations are properly interpreted and implemented within the construction documents. 3.2 FOUNDATION RECOMMENDATIONS DISCUSSION Based on information provided to PSI, information obtained during the field operations, results of the laboratory testing, and PSI's experience with similar projects, recommendations for a driven pile type foundation are presented in this report. 3.3 FOUNDATION DESIGN RECOMMENDATIONS The following sections outline geotechnical design requirements for either driven precast concrete or steel pipe piles. 3.3.1 DRIVEN PILE RECOMMENDATIONS Driven Piles are the recommended foundation system for this project. The axial load carrying capacity of a drilled shaft can be computed using the static method of analysis. According to this method, axial capacity, Q at a given penetration is taken as the sum of the skin friction on the side of the shaft, Qf, and the end or point bearing at the shaft tip, Qeb, so that: Q=Qf+Qeb=f•AS+q-Ap where AS and AP represent, respectively, the embedded surface area and the end area of the shaft;f and q represent, respectively,the unit skin friction and the unit end or point bearing. The total allowable axial capacity in compression will be the summation of the allowable frictional capacity and the allowable end bearing capacity. The total allowable axial capacity in tension will be the allowable frictional capacity alone neglecting end bearing component. PAGE 7 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 The following tables outline the requirements for driven pile design and construction considerations for support of these structures. TABLE 3.1: DRIVEN PILE-ALLOWABLE SKIN FRICTION AND END BEARING FOR AXIAL DESIGN Elevation, Allowable Skin Allowable End Material feet Friction,Qf,psf Bearing,Q b,psf (F.S.=2) (F.S.=3) Sandy Clay Muck -8 to-24 — — Clayey Sand/Sandy -24 to-58 800 8,000 Clay/Clay TABLE 3.2:DRIVEN PILE CONSTRAINTS Minimum Size 16 inches Uplift Resistance Pile Weight+ Dead Load+Allowable Skin Friction Minimum Pile Tip Elevation (ft) -48 ft. at B-1, B-2, B-3, B-4& B-6 -58 ft. at B-5 Minimum Pile Spacing(center to center) 3 Pile Diameters(3•d) Possible Group Effect If spacing<3d consult Geotechnical Engineer Yes, especially in areas of dense clean sands Drivability Problems in Dense Sands having N>50 blows/ft, with larger pile sizes and larger pile groups due to sand densification from pile driving operations TABLE 3.3:DRIVEN PILE CONSIDERATIONS Piles can be driven in accordance with Item 404 of Texas Department of Transportation, TxDOTStandards Standard Specification for Construction of Highways,Streets and Bridges(TxDOT Specification). Precast Concrete Piling can be in accordance with Item 409 of TxDOT Specification. The piles should be driven to the desired penetration depth by driving methods alone.Any supplemental techniques such as use of vibratory hammer(s), pilot holes or jetting should be avoided whenever possible.These supplemental techniques, if not used properly,can reduce Pilot holes&Jetting the pile capacity. If the use of pilot holes or jetting becomes necessary, PSI should be contacted to provide further recommendations. If techniques other than driving such as pilot hole,vibratory technique or jetting are used to aid pile installation,conditions assumed in computations based on driving alone may not be met. We recommend that the pile driving be monitored by a geotechnical engineer or qualified Pile Installation technician.Sometimes, premature refusal occurs due to poor hammer performance rather Monitoring than from soil resistance.Any changes in hammer blow counts should be carefully examined before making any decisions about the pile penetration. Piles could heave during the driving process as a result of being driven adjacent to one another.We suggest that if piles heave more than about 0.25 inch during the driving of an Pile Heave adjacent pile,the heaved piles should be re-driven to their initial depth.The ground surface surrounding the piles could also heave as a result of driving these displacement piles.When driving piles near existing structures, it is recommended that the driving sequence start with the piles nearest the existing structures and progress in a direction away from the structures. PAGE 8 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 It should be realized the pile capacity is dependent on the prevention of damage to the pile during construction.A damaged pile will have reduced performance under sustained loading conditions. Proper pile handling and proper driving govern the pile construction during construction. In addition, pile material strength,especially for precast piles can also dictate Pile Damage pile capacity. Good pile driving practice should be adopted to ensure proper driving.Among Prevention other things, proper driving includes the use of a proper pile cushion, reducing or increasing the hammer speed anticipating soft or hard driving situations.A proper pile driving record should be utilized to ensure proper pile driving. In maintaining pile driving records,among other things the primary things include, recording the blow counts for every foot of pile penetration,and,and recording actual time(excluding stoppage)that was required to drive the pile. Selection of an appropriate hammer depends on several factors such as hammer performance, cushion type and size, pile type, pile size and length, pile weight, predicted or required pile capacity,soil resistance,etc.The selected hammer must be able to drive the pile to the required capacity or length without damaging the pile. Generally,experience of local WEAP and PDA contractor is often the primary source for the selection of the hammer.Wave Equation Analysis of Piles(WEAP) may be used to aid in hammer selection.WEAP can be used to predict the pile capacity,driving resistance and stresses in the pile during driving. In the field,dynamic testing using a Pile Dynamic Analyzer(PDA)can be used on the test piles to select a proper hammer, predict driving resistance,and evaluate the stresses in the piles. Once the design is finalized, PSI can be contacted to perform further analysis and assist hammer selection. Piles having lateral loads should be designed utilizing the following LPILE input parameters for this project. TABLE 3A LPILE DESIGN PARAMETERS Elev., yej c, +, ks or k kc, Eso Soil Type feet pcf psf Deg. pci pci Sandy Clay -g to-24 38 100 0 - 10 .03 Muck Clayey -24 to- Sand/Sandy 58 60 3,000 0 1,000 400 .005 Clay/Clay Note: ye: Effective Soil Unit Weight c: Undrained Cohesion for Clay �: Friction Angle for Sand k,: Clay Static Loading Modulus of Subgrade Reaction (LPILE Manual Table 3-3) kc: Clay Cyclic Loading Modulus of Subgrade Reaction (LPILE Manual Table 3-3) E50: Axial Strain Factor for Soil (LPILE Manual Table 3-2 and 3-4) 3.4 SITE SEISMIC DESIGN RECOMMENDATIONS For the purposes of seismic design, based on the encountered site conditions and local geology, PSI interpreted the subsurface conditions to satisfy the Site Class D criteria for use at this site as defined by the International Building Code(IBC).The site class is based on the subsurface conditions encountered at the soil borings, the results of field and laboratory testing, experience with similar projects in this area, and considering the site prepared as recommended herein. The table below provides recommended seismic parameters for the project based on the 2018 edition of the IBC. PAGE 9 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 TABLE 3.5:RECOMMENDED DESIGN SEISMIC PARAMETERS Seismic Parameter IBC 2018 0.2 sec(Ss) 0.064g 1.0 sec(Si) 0.033g Site Coefficient 0.2sec, Fa 1.6 Site Coefficient 1.0 sec, F„ 2.4 0.2 sec(SDs) 0.068g 1.0 sec($D1) 0.053g PAGE 10 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 4.0 CONSTRUCTION CONSIDERATIONS Geotechnical Engineer Involvement at the Time of Construction — It is recommended that the recommendations presented in this report be confirmed immediately prior to construction by the Geotechnical Engineer of Record(GER). Having a Geotechnical Engineer retained to review the Contract Documents and be an active participant in team meetings near the time of construction can often result in project cost savings. Therefore, PSI recommends that an AASHTO accredited 3rd party laboratory with qualified professional engineers who specialize in geotechnical engineering be retained to provide observation and testing of construction activities involved in the foundations, earthwork, pavements and related activities of this project.As the Geotechnical Engineer of Record, PSI's services can be retained as the 3rd party laboratory. PSI's participation would be advantageous to the project flow and value engineering during construction since we are most familiar with the existing soil conditions at the site. The geotechnical engineer often does not have available all design information at the time of writing the original report since the report is done very early in the design process. The GER can be of great benefit immediately prior to construction since definitive information regarding the location of the piles and dock slips is available. The GER can then write Supplement letters to the original geotechnical report often resulting in less risk and project cost savings. PSI cannot accept responsibility for conditions which deviate from those described in this report, nor for the performance of the foundations or pavements if not engaged to also provide construction observation and materials testing for this project.The PSI geotechnical engineer of record must also be engaged by the Design Team, even if periodic on-call testing is contracted with PSI Construction Services. 4.1 INITIAL SITE PREPARATION CONSIDERATIONS 4.1.1 SUBGRADE PREPARATION FOR SITE WORK OUTSIDE DOCK AREAS Grade adjustments outside of pile areas can be made using select or general fill materials.The clean excavated onsite soils may also be reused in areas not sensitive to movement. PAGE 11 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 TABLE 4.1:SUBGRADE PREPARATION FOR NON-STRUCTURAL-GENERAL FILL Minimum Undercut Depth 4 inches or as needed to remove roots,organic and/or deleterious materials Proof-roll subgrade with rubber tired 20-ton(loaded) Exposed Subgrade Treatment construction equipment Alternate Equipment can be used with Geotechnical Engineer Approval Excavate to firmer materials and replace with compacted Proof-Rolled Pumping and Rutting Areas general or select fill under direction of a representative of the Geotechnical Engineer Any clean material free of roots,debris and other General Fill Type deleterious material with a maximum particle size of inches Maximum General Fill Loose Lift Thickness 8 inches TABLE 4.2: FILL COMPACTION RECOMMENDATIONS OUTSIDE OF BUILDING AND PAVEMENT AREAS Test Method for plasticity Percent Optimum Location Material Density Index Compaction Moisture Testing Frequency Determination Content Outside of Structure PI>_25 94%to 98% 0 to+4% / General Fill ASTM D 698 1 per min.3 per 3 per l SF; lift Pavement PI<25 >_95% 0 to+4% Areas 4.1.2 EXISTING SITE CONDITIONS The following table outlines construction considerations in consideration of demolition of existing structures, demolition of existing paving, procedures for abandoning old utility lines and removing trees. TABLE 4.3:CONSIDERATIONS FOR DEMOLITION,ABANDONING UTILITIES AND TREE REMOVAL Existing Structures Foundations of former structures located below new Impact of foundation of former structures should be structure evaluated on a case by case basis Foundations for former structures located below new Cut off at least 3 feet below finished paving grade paving Existing Pavement Former paving located within footing of proposed Remove concrete and/or HMAC surface course and base structures entirely or review impact on case by case basis Former paving located within footprint of proposed new Remove concrete and/or HMAC surface course and paving evaluate if base can be reused Abandoned Utilities Utilities of former structures located within new Remove pipe,bedding and backfill and then replace with foundation pad/footprint of proposed structure select fill placed using controlled compaction Utilities of former structures located outside of Abandon in place using a grout plug foundation pad footprint PAGE 12 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 4.2 MOISTURE SENSITIVE SOILS/WEATHER RELATED CONCERNS Soils are sensitive to disturbances caused by construction traffic and changes in moisture content. During wet weather periods, increases in the moisture content of the soil can cause significant reduction in the soil strength and support capabilities. In addition, soils which become wet may be slow to dry and thus significantly retard the progress of grading and compaction activities. It will, therefore, be advantageous to perform earthwork, foundation, and construction activities during dry weather. A relatively all-weather compacted crushed limestone cap having a thickness of at least 6 inches should be provided as a working surface. 4.3 EXCAVATION OBSERVATIONS Excavations should be observed by a representative of PSI prior to continuing construction activities in those areas. PSI needs to assess the encountered materials and confirm that site conditions are consistent with those discussed in this report. This is especially important to identify the condition and acceptability of the exposed subgrades under foundations and other structures that are sensitive to movement.Soft or loose soil zones encountered at the bottom of the excavations should be removed to the level of competent soils as directed by the Geotechnical Engineer or their representative. Cavities formed as a result of excavation of soft or loose soil zones should be backfilled with compacted select fill or lean concrete. After opening,excavations should be observed,and concrete should be placed as quickly as possible to avoid exposure to wetting and drying. Surface run-off water should be drained away from the excavations and not be allowed to pond. Excavations left open for an extended period of time (greater than 24 hours) should be protected to reduce evaporation or entry of moisture. 4.4 DRAINAGE CONSIDERATIONS Water should not be allowed to collect in foundation excavations, on foundation surfaces, or on prepared subgrades within the construction area during or after construction. Proper drainage around grade supported sidewalks and flatwork is important to reduce potential movements. Excavated areas should be sloped toward one corner to facilitate removal of collected rainwater, groundwater, or surface runoff. Providing rapid, positive drainage away from the building reduces moisture variations within the underlying soils and will aid in reducing the magnitude of potential movements. 4.5 EXCAVATIONS AND TRENCHES It should be noted that excavation equipment capabilities and field conditions may vary. Geologic processes are erratic and large variations can occur in small vertical and/or lateral distances. Details regarding "means and methods"to accomplish the work(such as excavation equipment and technique selection) are the sole responsibility of the project contractor.The comments contained in this report are based on small diameter borehole observations. The performance of large excavations may differ as a result of the differences in excavation sizes. The Occupational Safety and Health Administration (OSHA) Safety and Health Standards (29 CFR Part 1926, Revised October 1989), require that excavations be constructed in accordance with the current OSHA guidelines. Furthermore, the State of Texas requires that detailed plans and specifications meeting OSHA standards be prepared for trench and excavation retention systems used during construction. PSI PAGE 13 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 understands that these regulations are being strictly enforced,and if they are not closely followed,the owner and the contractor could be liable for substantial penalties. The contractor is solely responsible for designing and constructing stable,temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom.The contractor's"responsible person",as defined in 29 CFR Part 1926,should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. In no case should slope height, slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in local, State, and Federal safety regulations. PSI is providing this information as a service to the client. PSI does not assume responsibility for construction site safety or the contractor's or other parties' compliance with local, State, and Federal safety or other regulations. PAGE 14 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Replace Marina Piers A-D&L PSI Project No:03232441 Corpus Christi Marina,Corpus Christi,TX November 17,2021 5.0 REPORT LIMITATIONS The recommendations submitted in this report are based on the available subsurface information obtained by PSI and design details furnished by the client for the proposed project. If there are revisions to the plans for this project, or if deviations from the subsurface conditions noted in this report are encountered during construction,PSI should be notified immediatelyto determine if changes in the foundation recommendations are required. If PSI is not notified of such changes, PSI will not be responsible for the impact of those changes on the project. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein have been made in accordance with generally accepted professional Geotechnical Engineering practices in the local area. No other warranties are implied or expressed.This report may not be copied without the expressed written permission of PSI. After the plans and specifications are more complete, the Geotechnical Engineer should be retained and provided the opportunity to review the final design plans and specifications to check that the engineering recommendations have been properly incorporated in the design documents. At this time, it may be necessary to submit supplementary recommendations. If PSI is not retained to perform these functions, PSI will not be responsible for the impact of those conditions on the project. This report has been prepared for the exclusive use of City of Corpus Christi for specific application to the proposed 21026: Replace Marina Piers A-D & L to be constructed at and near Laurence Street T-head in Corpus Christi,Texas. PAGE 15 Lon n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B tntertek APPENDIX PAGE 16 Lon n DocuSign Envelope ID: A8008A7E-BCD4-487D-9696-250794392C4B LU J a U N 0 i r H pry U V U) � v cn of yl rel err `� �V 1 o qIq e} Q 1 p W d I o 'I a ` �uw � � �r✓ �, f p �,I r i Vf W p i f v ii 0 Q i �✓ M a�W �0����� 1 ry i a « '' W U') 1 e r" DocuSign Envelope ID: A8008A7E-BCD4-487D-9696-250794392C4B z LU J a U O l' ~ H f' O z �fl U) m 1 axi = J � m U) r l a o � �r UvN O m Q� Qvo U � o z O m � r o r / r U -C 0- Q Q' Q ,f;�� /�/�� ,J If/tl����JfFY 1..� ✓// f l y / m axi 00 U I U / i )�jJllll iii co 00 N V LO 00 M 00 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DATE STARTED: 10/18/21 DRILL COMPANY: EnviroCore Drilling, Inc. BORING B1 DATE COMPLETED: 10/18/21 DRILLER: Johnny LOGGED BY: FQ COMPLETION DEPTH 40.0 ft DRILL RIG: CME-75 y SZ While Drilling None feet BENCHMARK: N/A DRILLING METHOD: Hollow Stem Auger M 1 Upon Completion None feet ELEVATION: N/A SAMPLING METHOD: 2-in SS/ST 3: 7- Delay N/A LATITUDE: HAMMER TYPE: Automatic BORING LOCATION: LONGITUDE: EFFICIENCY N/A See attached Boring Plan in the Appendix STATION: N/A OFFSET: N/A REVIEWED BY: Dexter Bacon, PE REMARKS:None STANDARD PENETRATION n o t TEST DATA o Q o C m o N in blows/ft OO J Z N 3 6 X Moisture 0 PL o a� Q MATERIAL DESCRIPTION Q U) � t LL Additional Q Q N o zs so Remarks > m E m o U) Lu m a STRENGTH,tsf ry a ♦ Qu X QP a o 2.0 a. SS1 24 SANDY FAT CLAY-gray,very soft,very WH moist LL=58 WH 64 >> kbL=18 SS2 24 Fines=67.2% WH 151 » 5 SS3 24 SS4 24 CH WH 139 » WH 110 » SS5 24 10 WH 36 LL=37 SS6 18 CLAYEY SAND-tan, medium dense,very PL=21 -15- moist Fines=41.7% SC 24 SS7 18 4-6-8 20 N=14 SANDY LEAN CLAY-gray, hard,moist 20 X Fines=59.7% SS8 18 g y, 11-15-21 25 N=36 SS9 18 CL 6-12-20 25 0 30 N=32 ..13S1C 18 CLAYEY SAND-tan, medium dense, moist 4-6-8 28 o X Fines=37.6% 35 N=14 S11 18 SC 17-21-25 >> dense 21 X 40 Boring terminated at 40 feet WH = Weight of Hammer U"teirtek Professional Service Industries, Inc. PROJECT NO.: 0312-2441 810 S. Padre Island Drive PROJECT: Replace Marina Piers Corpus Christi, TX 78416 LOCATION: Telephone: (361) 854-4801 The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 of 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DATE STARTED: 10/20/21 DRILL COMPANY: EnviroCore Drilling, Inc. BORING B2 DATE COMPLETED: 10/20/21 DRILLER: Johnny LOGGED BY: FQ COMPLETION DEPTH 50.0 ft DRILL RIG: CME-75 y SZ While Drilling None feet BENCHMARK: N/A DRILLING METHOD: Hollow Stem Auger M 1 Upon Completion None feet ELEVATION: N/A SAMPLING METHOD: 2-in SS/ST 3: 7- Delay N/A LATITUDE: HAMMER TYPE: Automatic BORING LOCATION: LONGITUDE: EFFICIENCY N/A See attached Boring Plan in the Appendix STATION: N/A OFFSET: N/A REVIEWED BY: Dexter Bacon, PE REMARKS:None STANDARD PENETRATION n o t TEST DATA o Q o C m o N in blows/ft OO J Z N 3 6 X Moisture 0 PL o a� Q MATERIAL DESCRIPTION Q U) � t LL Additional Q Q N o zs so Remarks > m E m o U) Lu m a STRENGTH,tsf ry a ♦ Qu X QP a o 2.0 a. SS1 24 FAT CLAY-brown,very soft,very moist WH LL=99 115 L=35 SS2 24 WH Fines=96.1% WH 107 » 5 SS3 24 SS4 24 CH WH 105 » WH 163 » SS5 24 10 LL=47 SS6 18 LEAN CLAY-with Sand,very stiff, moist, 6-8-10 21 0 F nes176.7% 15 with calcareous deposits N=18 SS7 18 5-7-8 14 0 20 N=15 LL=29 SS8 18 no Sand,no calcareous deposits CL 9-12-15 21 °11111 PL=Fine190.4% 25 N=27 SS9 18 13-16-19 23 X 0 30 N=35 SANDY LEAN CLAY-brown,hard, moist 22 X Fines=69.7% S1 18 7-15-20 0 35 N=35 S11 10 CL 24-50/4 18 X » 40 LL 72 S1 18 FAT CLAY-brown,very stiff, moist 6-9-13 28 0 L=25 ° 45 Fines=94.9/o N=22 CH S1 18 hard 9-15-21 26 No 50 Boring terminated at 50 feet N=36 WH = Weight of Hammer U"teirtek Professional Service Industries, Inc. PROJECT NO.: 0312-2441 810 S. Padre Island Drive PROJECT: Replace Marina Piers Corpus Christi, TX 78416 LOCATION: Telephone: (361) 854-4801 The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 of 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DATE STARTED: 10/19/21 DRILL COMPANY: EnviroCore Drilling, Inc. BORING B3 DATE COMPLETED: 10/19/21 DRILLER: Johnny LOGGED BY: FQ COMPLETION DEPTH 50.0 ft DRILL RIG: CME-75 y SZ While Drilling None feet BENCHMARK: N/A DRILLING METHOD: Hollow Stem Auger M 1 Upon Completion None feet ELEVATION: N/A SAMPLING METHOD: 2-in SS/ST 3: 7- Delay N/A LATITUDE: HAMMER TYPE: Automatic BORING LOCATION: LONGITUDE: EFFICIENCY N/A See attached Boring Plan in the Appendix STATION: N/A OFFSET: N/A REVIEWED BY: Dexter Bacon, PE REMARKS:None STANDARD PENETRATION n o t TEST DATA o Q o C m o N in blows/ft 0° J Z N 3 6 X Moisture 0 PL o a� Q MATERIAL DESCRIPTION Q U) � t LL Additional Q Q N o zs so Remarks > m E m o U) Lu m a STRENGTH,tsf ry a ♦ Qu X QP a o 2.0 4.0 O SS1 FAT CLAY-dark gray,very soft,very moist SS2 WH 125 5 SS3 24 SS4 24 gray WH 107 » WH 100 » SS5 24 1-1-1 ° 10 N=2 LL=60 18 SS6 18 brown,stiff 4-6-9 23 = 15 N=15 ° Fines=93.6% CH SS7 18 with calcareous deposits,very stiff 5-8-11 20 0 20 N=19 SS8 18 6-7-9 24 0 25 N=16 SS9 18 11-12-14 21 X 0 30 N=26 LL=29 LEAN CLAY-with Sand,brown,hard, moist Fines=75.9% 19 PL=18 35 S1 18 12-16-19 0 N=35 S11 18 CL 14-16-21 20 X 40 N=37 LL=80 S1 18 CLAYEY SAND-light brown,dense, moist 10-15-19 23 X ° F nes�94.9% 45 N=34 SC 32 X S1 18 8-10-12 ° 50 Boring terminated at 50 feet N=22 WH = Weight of Hammer U"teirtek Professional Service Industries, Inc. PROJECT NO.: 0312-2441 810 S. Padre Island Drive PROJECT: Replace Marina Piers Corpus Christi, TX 78416 LOCATION: Telephone: (361) 854-4801 The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 of 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DATE STARTED: 10/20/21 DRILL COMPANY: EnviroCore Drilling, Inc. BORING B4 DATE COMPLETED: 10/20/21 DRILLER: Johnny LOGGED BY: FQ COMPLETION DEPTH 50.0 ft DRILL RIG: CME-75 y SZ While Drilling None feet BENCHMARK: N/A DRILLING METHOD: Hollow Stem Auger M 1 Upon Completion None feet ELEVATION: N/A SAMPLING METHOD: 2-in SS/ST 3: 7- Delay N/A LATITUDE: HAMMER TYPE: Automatic BORING LOCATION: LONGITUDE: EFFICIENCY N/A See attached Boring Plan in the Appendix STATION: N/A OFFSET: N/A REVIEWED BY: Dexter Bacon, PE REMARKS:None STANDARD PENETRATION n o t TEST DATA o Q o C m o N in blows/ft 0° J Z N 3 6 X Moisture 0 PL o a� Q MATERIAL DESCRIPTION Q U) � t LL Additional Q Q N o zs so Remarks > m E m o U) Lu m a STRENGTH,tsf ry a ♦ Qu X QP o 2.0 a. 0 FAT CLAY-with Sand,gray,very soft,very WH SS1 24 moist WH 151 » SS2 24 LL=51 61 L=16 5 SS3 24 WH Fines=77.3% WH 84 » SS4 24 31 X SS5 24 1-1-1 ° 10 N=2 CH LL=60 19 SS6 18 stiff, brown 4-6-9 25 = 15 N=15 ° Fines=81.7% SS7 18 with calcareous deposits 5-7-9 27 ° X 20 N=16 LL=28 25 SS8 18 SILTY CLAY-with Sand,brown,very stiff, 6-8-12 21 ° F nes283.1% N=20 CL-ML 19 X 30 SH9 18 _;V;Va3SjC 10 SANDY SILTY CLAY-brown,hard, moist 13-50/4 21 X » ines=64.1% 35 S11 18 19-24-28 25 > 4 40 N=52 CL-ML S1 18 16-18-21 ° -45-/ N=39 LL=78 S1 18 FAT CLAY-brown,hard, moist CH 21-27-30 32 » nes�96.3% 50 Boring terminated at 50 feet N=57 WH = Weight of Hammer U"teirtek Professional Service Industries, Inc. PROJECT NO.: 0312-2441 810 S. Padre Island Drive PROJECT: Replace Marina Piers Corpus Christi, TX 78416 LOCATION: Telephone: (361) 854-4801 The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 of 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DATE STARTED: 10/20/21 DRILL COMPANY: EnviroCore Drilling, Inc. BORING B5 DATE COMPLETED: 10/20/21 DRILLER: Johnny LOGGED BY: FQ COMPLETION DEPTH 50.0 ft DRILL RIG: CME-75 y SZ While Drilling None feet BENCHMARK: N/A DRILLING METHOD: Hollow Stem Auger M 1 Upon Completion None feet ELEVATION: N/A SAMPLING METHOD: 2-in SS/ST 3: 7- Delay N/A LATITUDE: HAMMER TYPE: Automatic BORING LOCATION: LONGITUDE: EFFICIENCY N/A See attached Boring Plan in the Appendix STATION: N/A OFFSET: N/A REVIEWED BY: Dexter Bacon, PE REMARKS:None STANDARD PENETRATION n o t TEST DATA o Q o C m o N in blows/ft OO J Z N 3 6 X Moisture 0 PL o a� Q MATERIAL DESCRIPTION Q U) � t LL Additional Q Q N o zs so Remarks > m E m o U) Lu m a STRENGTH,tsf ry a ♦ Qu X QP 0 o 2.0 a. SS1 24 FAT CLAY-dark gray,very soft,very moist WH Ines= SS2 24 grey WH 109 » WH 115 » 5 SS3 24LL=99 WH 137 L=32 SS4 24 Fines=97.5% WH 155 » SS5 24 10 LL=86 SS6 18 light grey 1 2 2 111 o L=26 ° 15 Fines=99.2/o N=4 CH SS7 18 grey 2-3-5 102 0 » 20 N=8 LL=96 92 L=28 25 SS8 18 Fines=99.4% SS9 18 1-1-2 39 0 30 N=3 CLAYEY SAND-tan, medium dense, moist 28 X Fines=35.1% S1 18 7-9-12 0 35 N=21 SC 19 X S11 18 9-12-15 0 40- N=27 SILTY SAND-tan, medium dense, moist Non-Plastic 26 S1 18 7-10-13 o Fines=20.9% 45 . N=23 SM 41 X S1 18 50 Boring terminated at 50 feet U teirtek Professional Service Industries, Inc. PROJECT NO.: 0312-2441 810 S. Padre Island Drive PROJECT: Replace Marina Piers Corpus Christi, TX 78416 LOCATION: Telephone: (361) 854-4801 The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 of 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DATE STARTED: 10/20/21 DRILL COMPANY: EnviroCore Drilling, Inc. BORING B6 DATE COMPLETED: 10/20/21 DRILLER: Johnny LOGGED BY: FQ COMPLETION DEPTH 50.0 ft DRILL RIG: CME-75 y SZ While Drilling None feet BENCHMARK: N/A DRILLING METHOD: Hollow Stem Auger M 1 Upon Completion None feet ELEVATION: N/A SAMPLING METHOD: 2-in SS/ST 3: 7- Delay N/A LATITUDE: HAMMER TYPE: Automatic BORING LOCATION: LONGITUDE: EFFICIENCY N/A See attached Boring Plan in the Appendix STATION: N/A OFFSET: N/A REVIEWED BY: Dexter Bacon, PE REMARKS:None STANDARD PENETRATION n o t TEST DATA o Q o C m o N in blows/ft OO J Z N 3 6 X Moisture 0 PL o a� Q MATERIAL DESCRIPTION Q U) � t LL Additional Q Q N o zs so Remarks > m E m o U) Lu m a STRENGTH,tsf ry a ♦ Qu X QP a o z.o a. — _MX SS1 24 SANDY LEAN CLAY-dark grey,very soft, WH moist 53 >� LL=31 SS2 24 WH L=20 Fines=53.6% 5 SS3 24 grey WH 49 Fines=66.3% firm 21 X SS4 24 3-3-5 a light gray,stiff N=8 15 X SS5 24 4-6-8 10 N=14 CL LL=33 18 PL=16 SS6 18 brown,very sitff 7N=20 o ° 15 Fines=57.1/o N=20 23 X SS7 18 5-7-10 0 _20-. N=17 SILTY SAND-light brown,medium dense, 23 X Non-Plastic SS8 18 g 4-6-8 o Fines=37.0/° 25 moist N=14 X SS9 18 SM 4-9-15 20 30 N=24 �13S`IC 18 SANDY LEAN CLAY-light brown,hard, 11-19-30 22 X o Fines=42.6% 35 moist N=49 - -00//z S11 18 9-13-16 0 40 N=29 CL 25 S1 18 13-15-19 0 45 N=34 LL=28 31 X PL=19 S1 18 12-16-18 Boring terminated at 50 feet N=34 Fines=52.5% 50 WH = Weight of Hammer U"teirtek Professional Service Industries, Inc. PROJECT NO.: 0312-2441 810 S. Padre Island Drive PROJECT: Replace Marina Piers Corpus Christi, TX 78416 LOCATION: Telephone: (361) 854-4801 The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 of 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Symbol Key Sheet Material Symbols V�21-f- "FILL" Clay(CH) Sandy Clay(CL) Silty Clay(CL) Lean Clay(CL) ■ F---w I i��:.-.'-.I Asphalt Clayey Sand (SC) Sand (SP) Silty Sand (SM) E� Gravelly Sand (SP) Base Clayey Silt (ML) Sandy Silt(ML) Silt (ML) ® Gravelly Silt(ML) 12A" Concrete Clayey Gravel(GC) Sandy Gravel(GP) Silty Gravel (GM) Gravel (GP or GW) RAO R X X Conglomerate P1 Limestone Marl Sandstone El Shale Strength of Cohesive Soils Soil Plasticity Density of Granular Soils Undrained Shear Degree of Plasticity SPT Blow Consistency Strength, KSF Plasticity Index (PI) Descriptive Term Count (blows/ft) Very Soft less than 0.25 None Oto 5 Very Loose less than 4 Soft 0.25 to 0.50 Low 5 to 10 Loose 4 to 10 Firm 0.50 to 1.00 Moderate 10 to 20 Medium Dense 10 to 30 Stiff 1.00 to 2.00 Plastic 20 to 40 Dense 30 to 50 Very Stiff 2.00 to 4.00 Highly Plastic more than 40 Very Dense more than 50 Hard greater than 4.00 Standard Penetration Test (ASTM D 1586) Driving Record Note:Driving is limited to 50 blows per interval,or 25 blows for 0.25 inch advancement,whichever controls.This is done to avoid damaging sampling tools. Blows Per Foot Description 25 Sampler was seated 6 inches,then 25 blows were required to advance the sampler 12 inches. 75/8" Sampler was seated 6 inches,25 blows were required for the second 6 inch increment and the 50 blow limit was reached at 2 inches of the last increment. Ref/2" Sampler could only be driven 2 inches of the 6 inch seating penetration before the 50 blow limit was reached. Terms Characterizing Structure Soil Terms Description Blocky Contains cracks or failure planes resulting in rough cubes of material. Calcareous Contains appreciable quantities of calcium carbonate. Fissured Contains shrinkage cracks,which are frequently filled with fine sand or silt. The fissures are usually near vertical in orientation. Interbedded Composed of alternating layers of different soil types. Laminated Composed of thin layers of varying color and texture. Nodules Secondary inclusions that appear as small lumps about 0.1 to 0.3 inch in diameter. Partings Inclusion of different material less than 1/8 inch thick extending through the sample. Pockets Inclusion of different material that is smaller than the diameter of the sample. Seams Inclusion of different material between 1/8 and 3 inches thick,and extends through the sample. Slickensided Has inclined planes of weakness that are slick and glossy in appearance. Slickensides are commonly thought to be randomly oriented. Streaks or Stains Stains of limited extent that appear as short stripes,spots or blotches. Rock Terms Bedding Plane A surface parallel to the surface of deposition,generally marked by changes in color or grain size. Fracture A natural break in rock along which no displacement has occurred. Joint A natural break along which no displacement has occurred,and which generally intersects primary surfaces. %Recovery The ratio of total length of recovery to the total length of core run,expressed as a percentage. RQD-Rock Quality The ratio of total recovered length of fragments longer than 4 inches to the total run length,expressed Designation as a percentage. Weathering The process by which rock is broken down and decomposed. Sampler Symbols Flight Auger Core Barrel Dhisturbelb No Recovery Grab Sample Shelby Tube SPT Sample ( S e y Tube(Y) She y u e(Y) DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B ntertek ; Everything you need from start to finish-Assurance,Testing, Inspection,and Certification N • • wll� m�iww�w w�ww�ww�ww N��ma�wNNw �w441 NN 44 mo w Ww N m • m�w �4�, a m��m�w ww � ,,• O O im 'mm'wmm �m • ®• ®� a a • ® a ����m NJ a� Intertek ® ® m ` ® ®•` < • ® ®• w® w w�4"M N 0141, POP l iUJJJf CA a •` • • • • ` •` `• DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B uitertek ; The ever increasing challenges of designing,constructing,and maintaining a building can be difficult for any organization to navigate From compliance to local and national codes,to ensuring an efficient design,to property management, Intertek-PSI's team of architects, engineers,scientists,and technicians understand firsthand the complexities of successfully constructing a commercial building. Our full suite of services give us unique insight into all phases of a project. Regardless of the project size or complexity, Intertek-PSI delivers engineering,consulting,and testing services to support site selection,design,construction, and property management. As a leader in providing comprehensive solutions to industries around the globe,Intertek-PSI Prides itself on bringing the expertise and services necessary for our clients to meet all of their needs across their entire operation.Our Assurance,Testing, Inspection,and Certification (A.T.I.C.)suite of services ensures that whatever your needs may be-assurance,testing, inspection,certification,or all of the above,that those needs will be met by Intertek-PSI j r({rrrrri rrrrrrrrrrr; a i64, 800.WORLD.LAB ED icenter@intertek.com intertek.com/building Intertek Building&Construction Group A diverse range of services from geotechnical investigations,due diligence, industrial hygiene,and site surveys,for your building environment. Our expertise offers engineering,consulting,evaluation,and peer review 1 to ensure a well designed project. The most comprehensive suite of testing and certification services for construction materials and building products. ti a� Vital services throughout the construction process including inspection, testing,monitoring,mock-ups,and consulting. u4 ��pNr k% Evaluation of a building's condition through inspection and testing, r investigation,and remediation plan development. k a� Services that expedite and ensure compliance of the transfer or decommissioning of property or building. DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B APPENDIX - 2 SOIL ANALYTICAL REPORT DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B intertek Professional Service Industries, Inc. 3 Burwood Lane San Antonio,TX 78216 Tel: 210.342.9377 January 3, 2022 City of Corpus Christi 1201 Leopard Street Corpus Christi,TX 78401 Attn: Mr. Brett Perez Re.: 21026: Replace Marina Piers A-D& L Laurence Street T-head Corpus Christi,Texas Project Number:0312-2441 Dear Mr. Perez, Professional Service Industries, Inc. (PSI), an Intertek company, is pleased to submit this letter report for the referenced project. In accordance with our proposal number 351118 dated August 13, 2021, representative Briana Garcia, was present on-site at Laurence Street T-head, Corpus Christi,Texas.The purpose of the visit was to collect representative soil samples during the field exploration to replace the Marina Piers. Soil samples collected by PSI at borings B-2, B-3, B-6, SS-1 and SS-2 were sent to A&B Labs for RCRA-8 Metals (EPA 6010), PCB's (EPA 608/8082), TPH (TX-1006), and TCLP (EPA1311). Testing results from A&B Labs have been appended to this letter. PSI then compared the soil data from the site to applicable regulatory criteria in order to determine if previous activities have resulted in impacts in excess of regulatory action levels. Based on the sample results,the material is non-hazardous and can be taken to a local landfill or appropriate location. Sample locations are shown on the attached Boring Location Plan. Please call with any questions you may have,or if PSI can be of additional service. Respectfully submitted, PROFESSIONAL SERVICE INDUSTRIES,INC. Texas Board of Professional Engineers Certificate of Registration#F003307 Briana Garcia John Langan Project Manager Principal Consultant Attachments: Boring Location Plan A&B Labs-Laboratory Analytical Results www.intertek.com/building DocuSign Envelope ID: A8008A7E-BCD4-487D-9696-250794392C4B z LU J a U O l' ~ H f' O z �fl U) m 1 axi = J � m U) r l a o � �r UvN O m Q� Qvo U � o z O m � r o r / r U -C 0- Q Q' Q ,f;�� /�/�� ,J If/tl����JfFY 1..� ✓// f l y / m axi 00 U I U / i )�jJllll iii co 00 N V LO 00 M 00 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Laboratory Analysis Report Total Number of Pages: 35 Job ID : 21101591 011logA002rtumio MIKE 7bT�N md0� 10100 East Freeway, Suite 100, Houston,TX 77029 tel:713-453-6060, fax:713-453-6091, hftp://www.ablabs.com Client Project Name: 0312-2441 /Replace Marina Piers Report To: Client Name: PSI P.O.#.: 0312-2441 Attn: Briana Garcia Sample Collected By: Briana Garcia Client Address: 2020 N. Loop 499 Suite 302 Date Collected: 10/19/21 City,State,Zip: Harlingen,Texas,78550 A&B Labs has analyzed the following samples... Client Sample ID Matrix A&B Sample lD B-2 Soil 21101591.01 B-3 Soil 21101591.02 SS-1 Soil 21101591.03 SS-2 Soil 21101591.04 Released By: Alisha Hughes Title: Project Manager Date: 11/2/2021 This Laboratory is NELAP(T104704213)accredited. Effective: 04/01/2021; Expires: 3/31/2022 Scope: Non-Potable Water, Drinking Water,Air,Solid, Biological Tissue, Hazardous Waste gyp. I am the laboratory manager,or his/her designee,and I am responsible for the release of this data package. This laboratory data package has been reviewed and is complete and technically compliant with the requirements of the methods used,except where noted in the attached exception reports. I affirm,to the best of my knowledge that all problems/anomalies observed by this laboratory(and if applicable,any and all laboratories subcontracted through this laboratory)that might affect the quality of the data,have been identified in the Laboratory Review Checklist,and that no information or data have been knowingly withheld that would affect the quality of the data. This report cannot be reproduced,except in full,without prior written permission of A&B Labs. Results shown relate only to the items tested. Results apply to the sample as received. Samples are assumed to be in acceptable condition unless otherwise noted. Blank correction is not made unless otherwise noted. Air concentrations reported are based on field sampling information provided by client. Soil samples are reported on a wet weight basis unless otherwise noted.Uncertainty estimates are available on request. ab-8210-0321 Date Received: 10/20/2021 11:18 Page 1 of 35 Report Number:RPT211102043 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-2 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: % Moisture Sample Matrix Soil Analytical Method: SM 2540G Date Collected 10/19/2021 09:00 QC Batch ID: Qb21102120 Date Received 10/20/2021 11:18 Prep Method: SM 2540G Date Prepared 10/20/2021 19:00 Prepared By: SKYanduru Prep Batch ID PB21102110 Analyst Initial YSK % Moisture 57.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time % Moisture 57.4 0.1 0.1 ---- % 1 10/20/21 19:10 ab-8212-0321 Soil results reported on dry weight basis Page 2 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-2 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: TCLP Metals Sample Matrix Soil Analytical Method: SW-846 6010D Date Collected 10/19/2021 09:00 QC Batch ID: Qb21110189 Date Received 10/20/2021 11:18 Prep Method: SW-846 1311 Date Prepared 10/29/2021 17:30 Prepared By: Msoria Prep Batch ID PB21110173,PB21103010 Analyst Initial JM % Moisture CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7440-38-2T Arsenic <0.0200 U 0.0200 0.04 0.02 0.04 10 mg/L 1 11/01/21 15:51 17440-39-3T Barium 1.11 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/2115:51 17440-43-9 Cadmium <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:51 17440-47-3T Chromium <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:51 17439-92-1T Lead <0.0080 U 0.0080 0.04 0.008 0.04 10 mg/L 1 11/01/21 15:51 17782-49-2 Selenium <0.0400 U 0.0400 0.04 0.04 0.04 10 mg/L 1 11/01/21 15:51 17440-22-4 Silver <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:51 ab-8212-0321 Soil results reported on dry weight basis Page 3 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-2 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: TCLP Mercury Sample Matrix Soil Analytical Method: SW-846 7470A Date Collected 10/19/2021 09:00 QC Batch ID: Qb21110161 Date Received 10/20/2021 11:18 Prep Method: SW-846 1311 Date Prepared 10/29/2021 17:30 Prepared By: Msoria Prep Batch ID PB21110147,PB21103010 Analyst Initial BDC % Moisture CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7439-97-6T Mercury <0.00013 U 0.00013 0.00050 0.00013 0.0005 0.01 mg/L 1 11/01/2113:10 ab-8212-0321 Soil results reported on dry weight basis Page 4 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-2 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Polychlorinated Biphenyls Sample Matrix Soil Analytical Method: SW-846 8082A Date Collected 10/19/2021 09:00 QC Batch ID: Qb21110171 Date Received 10/20/2021 11:18 Prep Method: SW-846 3546 Date Prepared 11/01/2021 07:30 Prepared By: Msoria Prep Batch ID PB21110118 Analyst Initial PS % Moisture 57.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 12674-11-2 Aroclor 1016 <3.42723 U 3.42723 3.92 1.46 1.67 167 ug/Kg 1.00 11/01/21 13:12 111104-28-2 Aroclor 1221 <3.56807 U 3.56807 3.92 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:12 111141-16-5 Aroclor 1232 <3.56807 U 3.56807 3.92 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:12 153469-21-9 Aroclor 1242 <3.56807 U 3.56807 3.92 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:12 112672-29-6 Aroclor 1248 <3.56807 U 3.56807 3.92 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:12 111097-69-1 Aroclor 1254 <3.56807 U 3.56807 3.92 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:12 111096-82-5 Aroclor 1260 <3.56807 U 3.56807 3.92 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:12 1 Total PCBs <3.56807 U 3.56807 3.92 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:12 12051-24-3 Decachlorobiphenyl(surr) 64.2 42 130 % 1.00 11/01/2113:12 1877-09-8 Tetrachloro-m-xylene(surr) 64.5 42 128 % 1.00 11/01/21 13:12 ab-8212-0321 Soil results reported on dry weight basis Page 5 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-2 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Purgeable Aromatics Sample Matrix Soil Analytical Method: SW-846 8260C Date Collected 10/19/2021 09:00 QC Batch ID: Qb21102106 Date Received 10/20/2021 11:18 Prep Method: SW-846 5035A Date Prepared 10/20/2021 12:00 Prepared By: Rajeev Prep Batch ID PB21102101 Analyst Initial RT % Moisture 57.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 1634-04-4 MTBE <0.00090 U 0.00090 0.0079 0.00057 0.005 0.05 mg/Kg 0.67 10/20/2118:43 171-43-2 Benzene <0.00049 U 0.00049 0.0079 0.00031 0.005 0.05 mg/Kg 0.67 10/20/21 18:43 1108-88-3 Toluene <0.00069 U 0.00069 0.0079 0.00044 0.005 0.05 mg/Kg 0.67 10/20/2118:43 1100-41-4 Ethylbenzene <0.00069 U 0.00069 0.0079 0.00044 0.005 0.05 mg/Kg 0.67 10/20/2118:43 1179601-23-1 m-&p-Xylenes <0.00173 U 0.00173 0.016 0.0011 0.010 0.10 mg/Kg 0.67 10/20/21 18:43 195-47-6 o-Xylene <0.00064 U 0.00064 0.0079 0.00041 0.005 0.05 mg/Kg 0.67 10/20/21 18:43 11330-20-7 Xylenes <0.00233 U 0.00233 0.024 0.00148 0.015 0.15 mg/Kg 0.67 10/20/2118:43 117060-07-0 1,2-Dichloroethane-d4(surr) 109 70 130 % 0.67 10/20/21 18:43 11868-53-7 Dibromofluoromethane(surr) 98.9 70 130 % 0.67 10/20/21 18:43 12037-26-5 Toluene-d8(surr) 96.7 70 130 % 0.67 10/20/21 18:43 1460-00-4 p-Bromofluorobenzene(surr) 98.7 70 130 % 0.67 10/20/21 18:43 ab-8212-0321 Soil results reported on dry weight basis Page 6 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-2 Date: 11/2/2021 ��ti�01b7t"7odioG A&B Job Sample ID: 21101591.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Total Petroleum Hydrocarbons Sample Matrix Soil Analytical Method: TX 1005 Date Collected 10/19/2021 09:00 QC Batch ID: Qb21102114 Date Received 10/20/2021 11:18 Prep Method: TX 1005 Date Prepared 10/20/2021 11:45 Prepared By: AKumar Prep Batch ID PB21102108 Analyst Initial AK % Moisture 57.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time TPH-1005-1 C6-C12 <36.1 U 36.1 95.1 9.49 25 1000 mg/Kg 1.62 10/21/2100:30 ITPH-1005-2 >C12-C28 <49.4 U 49.4 95.1 13.0 25 1000 mg/Kg 1.62 10/21/2100:30 ITPH-1005-4 >C28-C35 <26.2 U 26.2 95.1 6.88 25 1000 mg/Kg 1.62 10/21/2100:30 I Total C6-C35 < 26.2 U 26.2 6.88 ---- ---- mg/Kg 1.62 10/21/2100:30 1111-85-3 1-Chlorooctane(surr) 84.1 60 143 % 1.62 10/21/2100:30 13386-33-2 Chlorooctadecane(surr) 86.1 60 150 % 1.62 10/21/2100:30 ab-8212-0321 Soil results reported on dry weight basis Page 7 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-3 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.02 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: % Moisture Sample Matrix Soil Analytical Method: SM 2540G Date Collected 10/19/2021 14:58 QC Batch ID: Qb21102120 Date Received 10/20/2021 11:18 Prep Method: SM 2540G Date Prepared 10/20/2021 19:00 Prepared By: SKYanduru Prep Batch ID PB21102110 Analyst Initial YSK % Moisture 14.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time % Moisture 14.4 0.1 0.1 ---- % 1 10/20/21 19:10 ab-8212-0321 Soil results reported on dry weight basis Page 8 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-3 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.02 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: TCLP Metals Sample Matrix Soil Analytical Method: SW-846 6010D Date Collected 10/19/2021 14:58 QC Batch ID: Qb21110189 Date Received 10/20/2021 11:18 Prep Method: SW-846 1311 Date Prepared 10/29/2021 17:30 Prepared By: Msoria Prep Batch ID PB21110173,PB21103010 Analyst Initial JM % Moisture CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7440-38-2T Arsenic <0.0200 U 0.0200 0.04 0.02 0.04 10 mg/L 1 11/01/21 15:55 17440-39-3T Barium 0.133 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:55 17440-43-9 Cadmium <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:55 17440-47-3T Chromium <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:55 17439-92-1T Lead <0.0080 U 0.0080 0.04 0.008 0.04 10 mg/L 1 11/01/21 15:55 17782-49-2 Selenium <0.0400 U 0.0400 0.04 0.04 0.04 10 mg/L 1 11/01/21 15:55 17440-22-4 Silver <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:55 ab-8212-0321 Soil results reported on dry weight basis Page 9 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-3 Date: 11/2/2021 �1ti�01b7"7odioG A&B Job Sample ID: 21101591.02 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: TCLP Mercury Sample Matrix Soil Analytical Method: SW-846 7470A Date Collected 10/19/2021 14:58 QC Batch ID: Qb21110161 Date Received 10/20/2021 11:18 Prep Method: SW-846 1311 Date Prepared 10/29/2021 17:30 Prepared By: Msoria Prep Batch ID PB21110147,PB21103010 Analyst Initial BDC % Moisture CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7439-97-6T Mercury <0.00013 U 0.00013 0.00050 0.00013 0.0005 0.01 mg/L 1 11/01/2113:13 ab-8212-0321 Soil results reported on dry weight basis Page 10 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-3 Date: 11/2/2021 �lti�01b7"7odioG A&B Job Sample ID: 21101591.02 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Polychlorinated Biphenyls Sample Matrix Soil Analytical Method: SW-846 8082A Date Collected 10/19/2021 14:58 QC Batch ID: Qb21110171 Date Received 10/20/2021 11:18 Prep Method: SW-846 3546 Date Prepared 11/01/2021 07:30 Prepared By: Msoria Prep Batch ID PB21110118 Analyst Initial PS % Moisture 14.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 12674-11-2 Aroclor1016 <1.70560 U 1.70560 1.95 1.46 1.67 167 ug/Kg 1.00 11/01/21 13:39 111104-28-2 Aroclor1221 <1.77570 U 1.77570 1.95 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:39 111141-16-5 Aroclor1232 <1.77570 U 1.77570 1.95 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:39 153469-21-9 Aroclor1242 <1.77570 U 1.77570 1.95 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:39 112672-29-6 Aroclor1248 <1.77570 U 1.77570 1.95 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:39 111097-69-1 Aroclor1254 <1.77570 U 1.77570 1.95 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:39 111096-82-5 Aroclor1260 <1.77570 U 1.77570 1.95 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:39 1 Total PCBs <1.77570 U 1.77570 1.95 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:39 12051-24-3 Decachlorobiphenyl(surr) 82.2 42 130 % 1.00 11/01/2113:39 1877-09-8 Tetrachloro-m-xylene(surr) 70.6 42 128 % 1.00 11/01/21 13:39 ab-8212-0321 Soil results reported on dry weight basis Page 11 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-3 Date: 11/2/2021 �1ti�01b7"7odioG A&B Job Sample ID: 21101591.02 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Purgeable Aromatics Sample Matrix Soil Analytical Method: SW-846 8260C Date Collected 10/19/2021 14:58 QC Batch ID: Qb21102106 Date Received 10/20/2021 11:18 Prep Method: SW-846 5035A Date Prepared 10/20/2021 12:00 Prepared By: Rajeev Prep Batch ID PB21102101 Analyst Initial RT % Moisture 14.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 1634-04-4 MTBE <0.00052 U 0.00052 0.0046 0.00057 0.005 0.05 mg/Kg 0.78 10/20/2119:16 171-43-2 Benzene <0.00028 U 0.00028 0.0046 0.00031 0.005 0.05 mg/Kg 0.78 10/20/21 19:16 1108-88-3 Toluene <0.00040 U 0.00040 0.0046 0.00044 0.005 0.05 mg/Kg 0.78 10/20/2119:16 1100-41-4 Ethylbenzene <0.00040 U 0.00040 0.0046 0.00044 0.005 0.05 mg/Kg 0.78 10/20/21 19:16 1179601-23-1 m-&p-Xylenes <0.00100 U 0.00100 0.0091 0.0011 0.010 0.10 mg/Kg 0.78 10/20/21 19:16 195-47-6 o-Xylene <0.00037 U 0.00037 0.0046 0.00041 0.005 0.05 mg/Kg 0.78 10/20/21 19:16 11330-20-7 Xylenes <0.00135 U 0.00135 0.014 0.00148 0.015 0.15 mg/Kg 0.78 10/20/21 19:16 117060-07-0 1,2-Dichloroethane-d4(surr) 108 70 130 % 0.78 10/20/21 19:16 11868-53-7 Dibromofluoromethane(surr) 101 70 130 % 0.78 10/20/21 19:16 12037-26-5 Toluene-d8(surr) 96.5 70 130 % 0.78 10/20/21 19:16 1460-00-4 p-Bromofluorobenzene(surr) 96.4 70 130 % 0.78 10/20/21 19:16 ab-8212-0321 Soil results reported on dry weight basis Page 12 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-3 Date: 11/2/2021 �1ti�01b7t"7odioG A&B Job Sample ID: 21101591.02 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Total Petroleum Hydrocarbons Sample Matrix Soil Analytical Method: TX 1005 Date Collected 10/19/2021 14:58 QC Batch ID: Qb21102115 Date Received 10/20/2021 11:18 Prep Method: TX 1005 Date Prepared 10/20/2021 15:00 Prepared By: AKumar Prep Batch ID PB21102109 Analyst Initial AK % Moisture 14.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time TPH-1005-1 C6-C12 <7.87 U 7.87 20.7 9.49 25 1000 mg/Kg 0.71 10/21/2103:09 ITPH-1005-2 >C12-C28 <10.78 U 10.78 20.7 13.0 25 1000 mg/Kg 0.71 10/21/2103:09 ITPH-1005-4 >C28-C35 <5.71 U 5.71 20.7 6.88 25 1000 mg/Kg 0.71 10/21/2103:09 I Total C6-C35 < 5.71 U 5.71 6.88 ---- ---- mg/Kg 0.71 10/21/2103:09 1111-85-3 1-Chlorooctane(surr) 88.7 60 143 % 0.71 10/21/2103:09 13386-33-2 Chlorooctadecane(surr) 89.8 60 150 % 0.71 10/21/2103:09 ab-8212-0321 Soil results reported on dry weight basis Page 13 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-1 Date: 11/2/2021 �1ti�01b7"7odioG A&B Job Sample ID: 21101591.03 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: % Moisture Sample Matrix Soil Analytical Method: SM 2540G Date Collected 10/19/2021 12:05 QC Batch ID: Qb21102120 Date Received 10/20/2021 11:18 Prep Method: SM 2540G Date Prepared 10/20/2021 19:00 Prepared By: SKYanduru Prep Batch ID PB21102110 Analyst Initial YSK % Moisture 22.8 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time % Moisture 22.8 0.1 0.1 ---- % 1 10/20/21 19:10 ab-8212-0321 Soil results reported on dry weight basis Page 14 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-1 Date: 11/2/2021 �1ti�01b7"7odioG A&B Job Sample ID: 21101591.03 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: TCLP Metals Sample Matrix Soil Analytical Method: SW-846 6010D Date Collected 10/19/2021 12:05 QC Batch ID: Qb21110189 Date Received 10/20/2021 11:18 Prep Method: SW-846 1311 Date Prepared 10/29/2021 17:30 Prepared By: Msoria Prep Batch ID PB21110173,PB21103010 Analyst Initial JM % Moisture CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7440-38-2T Arsenic <0.0200 U 0.0200 0.04 0.02 0.04 10 mg/L 1 11/01/21 15:59 17440-39-3T Barium 0.118 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:59 17440-43-9 Cadmium <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:59 17440-47-3T Chromium <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:59 17439-92-1T Lead <0.0080 U 0.0080 0.04 0.008 0.04 10 mg/L 1 11/01/21 15:59 17782-49-2 Selenium <0.0400 U 0.0400 0.04 0.04 0.04 10 mg/L 1 11/01/21 15:59 17440-22-4 Silver <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 15:59 ab-8212-0321 Soil results reported on dry weight basis Page 15 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-1 Date: 11/2/2021 �1ti�01b7"7odioG A&B Job Sample ID: 21101591.03 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: TCLP Mercury Sample Matrix Soil Analytical Method: SW-846 7470A Date Collected 10/19/2021 12:05 QC Batch ID: Qb21110161 Date Received 10/20/2021 11:18 Prep Method: SW-846 1311 Date Prepared 10/29/2021 17:30 Prepared By: Msoria Prep Batch ID PB21110147,PB21103010 Analyst Initial BDC % Moisture CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7439-97-6T Mercury <0.00013 U 0.00013 0.00050 0.00013 0.0005 0.01 mg/L 1 11/01/2113:30 ab-8212-0321 Soil results reported on dry weight basis Page 16 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-1 Date: 11/2/2021 �1ti�01b7"7odioG A&B Job Sample ID: 21101591.03 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Polychlorinated Biphenyls Sample Matrix Soil Analytical Method: SW-846 8082A Date Collected 10/19/2021 12:05 QC Batch ID: Qb21110171 Date Received 10/20/2021 11:18 Prep Method: SW-846 3546 Date Prepared 11/01/2021 07:30 Prepared By: Msoria Prep Batch ID PB21110118 Analyst Initial PS % Moisture 22.8 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 12674-11-2 Aroclor 1016 <1.89119 U 1.89119 2.16 1.46 1.67 167 ug/Kg 1.00 11/01/21 13:52 111104-28-2 Aroclor 1221 <1.96891 U 1.96891 2.16 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:52 111141-16-5 Aroclor 1232 <1.96891 U 1.96891 2.16 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:52 153469-21-9 Aroclor 1242 <1.96891 U 1.96891 2.16 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:52 112672-29-6 Aroclor 1248 <1.96891 U 1.96891 2.16 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:52 111097-69-1 Aroclor 1254 <1.96891 U 1.96891 2.16 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:52 111096-82-5 Aroclor 1260 <1.96891 U 1.96891 2.16 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:52 1 Total PCBs <1.96891 U 1.96891 2.16 1.52 1.67 167 ug/Kg 1.00 11/01/21 13:52 12051-24-3 Decachlorobiphenyl(surr) 87.8 42 130 % 1.00 11/01/2113:52 1877-09-8 Tetrachloro-m-xylene(surr) 80.7 42 128 % 1.00 11/01/21 13:52 ab-8212-0321 Soil results reported on dry weight basis Page 17 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-1 Date: 11/2/2021 �1ti�01b7"7odioG A&B Job Sample ID: 21101591.03 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Purgeable Aromatics Sample Matrix Soil Analytical Method: SW-846 8260C Date Collected 10/19/2021 12:05 QC Batch ID: Qb21102106 Date Received 10/20/2021 11:18 Prep Method: SW-846 5035A Date Prepared 10/20/2021 12:00 Prepared By: Rajeev Prep Batch ID PB21102101 Analyst Initial RT % Moisture 22.8 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 1634-04-4 MTBE <0.00055 U 0.00055 0.0048 0.00057 0.005 0.05 mg/Kg 0.74 10/20/2119:49 171-43-2 Benzene <0.00030 U 0.00030 0.0048 0.00031 0.005 0.05 mg/Kg 0.74 10/20/21 19:49 1108-88-3 Toluene <0.00042 U 0.00042 0.0048 0.00044 0.005 0.05 mg/Kg 0.74 10/20/2119:49 1100-41-4 Ethylbenzene <0.00042 U 0.00042 0.0048 0.00044 0.005 0.05 mg/Kg 0.74 10/20/21 19:49 1179601-23-1 m-&p-Xylenes <0.00105 U 0.00105 0.0096 0.0011 0.010 0.10 mg/Kg 0.74 10/20/21 19:49 195-47-6 o-Xylene <0.00039 U 0.00039 0.0048 0.00041 0.005 0.05 mg/Kg 0.74 10/20/21 19:49 11330-20-7 Xylenes <0.00142 U 0.00142 0.014 0.00148 0.015 0.15 mg/Kg 0.74 10/20/21 19:49 117060-07-0 1,2-Dichloroethane-d4(surr) 108 70 130 % 0.74 10/20/21 19:49 11868-53-7 Dibromofluoromethane(surr) 100 70 130 % 0.74 10/20/21 19:49 12037-26-5 Toluene-d8(surr) 96.4 70 130 % 0.74 10/20/21 19:49 1460-00-4 p-Bromofluorobenzene(surr) 96.3 70 130 % 0.74 10/20/21 19:49 ab-8212-0321 Soil results reported on dry weight basis Page 18 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-1 Date: 11/2/2021 �1ti�01b7t"7odioG A&B Job Sample ID: 21101591.03 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Total Petroleum Hydrocarbons Sample Matrix Soil Analytical Method: TX 1005 Date Collected 10/19/2021 12:05 QC Batch ID: Qb21102115 Date Received 10/20/2021 11:18 Prep Method: TX 1005 Date Prepared 10/20/2021 15:00 Prepared By: AKumar Prep Batch ID PB21102109 Analyst Initial AK % Moisture 22.8 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time TPH-1005-1 C6-C12 <9.59 U 9.59 25.3 9.49 25 1000 mg/Kg 0.78 10/21/2103:36 ITPH-1005-2 >C12-C28 <13.1 U 13.1 25.3 13.0 25 1000 mg/Kg 0.78 10/21/2103:36 ITPH-1005-4 >C28-C35 <6.95 U 6.95 25.3 6.88 25 1000 mg/Kg 0.78 10/21/2103:36 I Total C6-C35 < 6.95 U 6.95 6.88 ---- ---- mg/Kg 0.78 10/21/2103:36 1111-85-3 1-Chlorooctane(surr) 80 60 143 % 0.78 10/21/2103:36 13386-33-2 Chlorooctadecane(surr) 83.5 60 150 % 0.78 10/21/2103:36 ab-8212-0321 Soil results reported on dry weight basis Page 19 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-2 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.04 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: % Moisture Sample Matrix Soil Analytical Method: SM 2540G Date Collected 10/19/2021 13:43 QC Batch ID: Qb21102120 Date Received 10/20/2021 11:18 Prep Method: SM 2540G Date Prepared 10/20/2021 19:00 Prepared By: SKYanduru Prep Batch ID PB21102110 Analyst Initial YSK % Moisture 26.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time % Moisture 26.4 0.1 0.1 ---- % 1 10/20/21 19:10 ab-8212-0321 Soil results reported on dry weight basis Page 20 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-2 Date: 11/2/2021 �1ti�01b7"7odioG A&B Job Sample ID: 21101591.04 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: TCLP Metals Sample Matrix Soil Analytical Method: SW-846 6010D Date Collected 10/19/2021 13:43 QC Batch ID: Qb21110189 Date Received 10/20/2021 11:18 Prep Method: SW-846 1311 Date Prepared 10/29/2021 17:30 Prepared By: Msoria Prep Batch ID PB21110173,PB21103010 Analyst Initial JM % Moisture CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7440-38-2T Arsenic <0.0200 U 0.0200 0.04 0.02 0.04 10 mg/L 1 11/01/21 16:03 17440-39-3T Barium 0.569 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 16:03 17440-43-9 Cadmium <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 16:03 17440-47-3T Chromium <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 16:03 17439-92-1T Lead <0.0080 U 0.0080 0.04 0.008 0.04 10 mg/L 1 11/01/21 16:03 17782-49-2 Selenium <0.0400 U 0.0400 0.04 0.04 0.04 10 mg/L 1 11/01/21 16:03 17440-22-4 Silver <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 11/01/21 16:03 ab-8212-0321 Soil results reported on dry weight basis Page 21 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-2 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.04 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: TCLP Mercury Sample Matrix Soil Analytical Method: SW-846 7470A Date Collected 10/19/2021 13:43 QC Batch ID: Qb21110161 Date Received 10/20/2021 11:18 Prep Method: SW-846 1311 Date Prepared 10/29/2021 17:30 Prepared By: Msoria Prep Batch ID PB21110147,PB21103010 Analyst Initial BDC % Moisture CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7439-97-6T Mercury <0.00013 U 0.00013 0.00050 0.00013 0.0005 0.01 mg/L 1 11/01/2113:33 ab-8212-0321 Soil results reported on dry weight basis Page 22 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-2 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.04 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Polychlorinated Biphenyls Sample Matrix Soil Analytical Method: SW-846 8082A Date Collected 10/19/2021 13:43 QC Batch ID: Qb21110171 Date Received 10/20/2021 11:18 Prep Method: SW-846 3546 Date Prepared 11/01/2021 07:30 Prepared By: Msoria Prep Batch ID PB21110118 Analyst Initial PS % Moisture 26.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 12674-11-2 Aroclor 1016 <1.98369 U 1.98369 2.27 1.46 1.67 167 ug/Kg 1 11/01/21 14:39 111104-28-2 Aroclor 1221 <2.06521 U 2.06521 2.27 1.52 1.67 167 ug/Kg 1 11/01/21 14:39 111141-16-5 Aroclor 1232 <2.06521 U 2.06521 2.27 1.52 1.67 167 ug/Kg 1 11/01/21 14:39 153469-21-9 Aroclor 1242 <2.06521 U 2.06521 2.27 1.52 1.67 167 ug/Kg 1 11/01/21 14:39 112672-29-6 Aroclor 1248 <2.06521 U 2.06521 2.27 1.52 1.67 167 ug/Kg 1 11/01/21 14:39 111097-69-1 Aroclor 1254 <2.06521 U 2.06521 2.27 1.52 1.67 167 ug/Kg 1 11/01/21 14:39 111096-82-5 Aroclor 1260 <2.06521 U 2.06521 2.27 1.52 1.67 167 ug/Kg 1 11/01/21 14:39 1 Total PCBs <2.06521 U 2.06521 2.27 1.52 1.67 167 ug/Kg 1 11/01/21 14:39 12051-24-3 Decachlorobiphenyl(surr) 51 42 130 % 1 11/01/2114:39 1877-09-8 Tetrachloro-m-xylene(surr) 68.5 42 128 % 1 11/01/2114:39 ab-8212-0321 Soil results reported on dry weight basis Page 23 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-2 Date: 11/2/2021 ��ti�01b7"7odioG A&B Job Sample ID: 21101591.04 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Purgeable Aromatics Sample Matrix Soil Analytical Method: SW-846 8260C Date Collected 10/19/2021 13:43 QC Batch ID: Qb21102106 Date Received 10/20/2021 11:18 Prep Method: SW-846 5035A Date Prepared 10/20/2021 12:00 Prepared By: Rajeev Prep Batch ID PB21102101 Analyst Initial RT % Moisture 26.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 1634-04-4 MTBE <0.00072 U 0.00072 0.0063 0.00057 0.005 0.05 mg/Kg 0.93 10/20/2120:21 171-43-2 Benzene <0.00039 U 0.00039 0.0063 0.00031 0.005 0.05 mg/Kg 0.93 10/20/21 20:21 1108-88-3 Toluene <0.00056 U 0.00056 0.0063 0.00044 0.005 0.05 mg/Kg 0.93 10/20/2120:21 1100-41-4 Ethylbenzene <0.00056 U 0.00056 0.0063 0.00044 0.005 0.05 mg/Kg 0.93 10/20/2120:21 1179601-23-1 m-&p-Xylenes <0.00139 U 0.00139 0.013 0.0011 0.010 0.10 mg/Kg 0.93 10/20/21 20:21 195-47-6 o-Xylene <0.00052 U 0.00052 0.0063 0.00041 0.005 0.05 mg/Kg 0.93 10/20/21 20:21 11330-20-7 Xylenes <0.00187 U 0.00187 0.019 0.00148 0.015 0.15 mg/Kg 0.93 10/20/2120:21 117060-07-0 1,2-Dichloroethane-d4(surr) 106 70 130 % 0.93 10/20/21 20:21 11868-53-7 Dibromofluoromethane(surr) 97.9 70 130 % 0.93 10/20/21 20:21 12037-26-5 Toluene-d8(surr) 96.8 70 130 % 0.93 10/20/21 20:21 1460-00-4 p-Bromofluorobenzene(surr) 97.2 70 130 % 0.93 10/20/21 20:21 ab-8212-0321 Soil results reported on dry weight basis Page 24 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: SS-2 Date: 11/2/2021 ��ti�01b7t"7odioG A&B Job Sample ID: 21101591.04 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Total Petroleum Hydrocarbons Sample Matrix Soil Analytical Method: TX 1005 Date Collected 10/19/2021 13:43 QC Batch ID: Qb21102115 Date Received 10/20/2021 11:18 Prep Method: TX 1005 Date Prepared 10/20/2021 15:00 Prepared By: AKumar Prep Batch ID PB21102109 Analyst Initial AK % Moisture 26.4 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time TPH-1005-1 C6-C12 <11.0 U 11.0 28.9 9.49 25 1000 mg/Kg 0.85 10/21/2104:03 ITPH-1005-2 >C12-C28 <15.0 U 15.0 28.9 13.0 25 1000 mg/Kg 0.85 10/21/2104:03 ITPH-1005-4 >C28-C35 <7.95 U 7.95 28.9 6.88 25 1000 mg/Kg 0.85 10/21/2104:03 I Total C6-C35 < 7.95 U 7.95 6.88 ---- ---- mg/Kg 0.85 10/21/2104:03 1111-85-3 1-Chlorooctane(surr) 86.7 60 143 % 0.85 10/21/2104:03 13386-33-2 Chlorooctadecane(surr) 85.8 60 150 % 0.85 10/21/2104:03 ab-8212-0321 Soil results reported on dry weight basis Page 25 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI 1bgf6 i "-I.„ �"i°9 Job ID: 21101591 Date: 11/2/2021 Analysis Purgeable Aromatics Method SW-846 8260C Reporting Units mg/Kg QC Batch ID : Qb21102106 Created Date : 10/20/21 Created By : Rajeev Samples in This QC Batch : 21101591.01,02,03,04 Sample Preparation : PB21102101 Prep Method: SW-846 5035A Prep Date: 10/20/21 12:00 Prep By: Rajeev QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual Benzene 71-43-2 < MDL mg/Kg 1.00 0.005 0.00107 Ethylbenzene 100-41-4 < MDL mg/Kg 1.00 0.005 0.00138 m-&p-Xylenes 179601-23-1 < MDL mg/Kg 1.00 0.01 0.00273 MTBE 1634-04-4 < MDL mg/Kg 1.00 0.005 0.00107 o-Xylene 95-47-6 < MDL mg/Kg 1.00 0.005 0.00126 Toluene 108-88-3 < MDL mg/Kg 1.00 0.005 0.00119 Xylenes 1330-20-7 < MDL mg/Kg 1.00 0.005 0.001 Dibromofluoromethane(surr 1868-53-7 96.1 % 1.00 1,2-Dichloroethane-d4(surr 17060-07-0 89.6 % 1.00 Toluene-d8(surr) 2037-26-5 103 % 1.00 p-Bromofluorobenzene(surr 460-00-4 104 % 1.00 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Benzene 0.02 0.0203 102 0.02 0.0202 101 0.5 30 77121 Ethylbenzene 0.02 0.0206 103 0.02 0.0200 99.9 2.9 30 76-122 m-&p-Xylenes 0.04 0.0413 103 0.04 0.0404 101 2.2 30 77-124 MTBE 0.02 0.0181 90.7 0.02 0.0184 91.8 1.4 30 73-125 o-Xylene 0.02 0.0204 102 0.02 0.0200 99.9 2.2 30 77-123 Toluene 0.02 0.0206 103 0.02 0.0200 100 2.7 30 77-121 Xylenes 0.06 0.0617 103 0.06 0.0604 101 2.2 30 78-124 QC Type: MS and MSD QC Sample ID: 21101564.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Benzene BRL 0.019 0.0185 97.3 74-126 Ethylbenzene BRL 0.019 0.0189 99.4 72.2-128 m-&p-Xylenes BRL 0.038 0.0377 99.2 70.7-131 MTBE BRL 0.019 0.0183 96.4 70-130 o-Xylene BRL 0.019 0.0191 101 71.6-130 Toluene BRL 0.019 0.0186 97.9 73.3-127 Xylenes BRL 1 0.057 1 0.0568 1 99.6 1 1 1 1 1 1 69.2-133 ab-8213-0321 Refer to the Definition page for terms. Page 26 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI 1bgf0 i "-I.„ �"i°9 Job ID: 21101591 Date: 11/2/2021 Analysis Total Petroleum Hydrocarbons Method TX 1005 Reporting Units : mg/Kg QC Batch ID : Qb21102114 Created Date : 10/20/21 Created By : AKumar Samples in This QC Batch : 21101591.01 Sample Preparation : PB21102108 Prep Method: TX 1005 Prep Date: 10/20/21 11:45 Prep By: AKumar QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual C6-C12 TPH-1005-1 < MDL mg/Kg 1.00 25 9.49 >C12-C28 TPH-1005-2 < MDL mg/Kg 1.00 25 13.0 >C28-C35 TPH-1005-4 < MDL mg/Kg 1.00 25 6.88 Total C6-C35 < MDL mg/Kg 1.00 ---- 6.88 Chlorooctadecane(surr) 3386-33-2 95.7 % 1.00 1-Chlorooctane(surr) 111-85-3 96 % 1.00 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual C6-C12 500 489 97.8 500 502 100 2.6 20 75-125 >C12-C28 500 501 100 500 526 105 4.8 20 75-125 >C28-C35 500 447 89.3 500 489 97.9 9 20 75-125 QC Type: MS and MSD QC Sample ID: 21101523.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual C6-C12 1.32 500 484 96.5 500 483 96.3 0.2 20 75-125 >C12-C28 1.14 500 522 104 500 517 103 0.9 20 75-125 >C28-C35 0.91 500 446 89 500 448 89.4 0.5 20 75-125 ab-8213-0321 Refer to the Definition page for terms. Page 27 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI 1bgf8 i "-I.„ �"i°9 Job ID: 21101591 Date: 11/2/2021 Analysis Total Petroleum Hydrocarbons Method TX 1005 Reporting Units : mg/Kg QC Batch ID : Qb21102115 Created Date : 10/20/21 Created By : AKumar Samples in This QC Batch : 21101591.02,03,04 Sample Preparation : PB21102109 Prep Method: TX 1005 Prep Date: 10/20/21 15:00 Prep By: AKumar QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual C6-C12 TPH-1005-1 < MDL mg/Kg 1.00 25 9.49 >C12-C28 TPH-1005-2 < MDL mg/Kg 1.00 25 13.0 >C28-C35 TPH-1005-4 < MDL mg/Kg 1.00 25 6.88 Total C6-C35 < MDL mg/Kg 1.00 ---- 6.88 Chlorooctadecane(surr) 3386-33-2 91 % 1.00 1-Chlorooctane(surr) 111-85-3 91.1 % 1.00 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual C6-C12 500 480 95.9 500 489 97.8 1.9 20 75-125 >C12-C28 500 517 103 500 531 106 2.7 20 75-125 >C28-C35 500 439 87.8 500 456 91.2 3.8 20 75-125 QC Type: MS and MSD QC Sample ID: 21101634.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual C6-C12 1.90 458 441 96 458 450 97.8 1.9 20 75-125 >C12-C28 1.33 458 506 110 458 514 112 1.5 20 75-125 >C28-C35 0.59 458 558 122 458 569 124 1.9 20 75-125 ab-8213-0321 Refer to the Definition page for terms. Page 28 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI 1b9f9 i "-I.„ �"i°9 Job ID: 21101591 Date: 11/2/2021 Analysis %Moisture Method SM 254OG Reporting Units QC Batch ID : Qb21102120 Created Date : 10/20/21 Created By : SKYanduru Samples in This QC Batch : 21101591.01,02,03,04 Sample Preparation : PB21102110 Prep Method: SM 2540G Prep Date: 10/20/21 19:00 Prep By: SKYanduru QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual I%Moisture I I < MQL I % I 1 I 0.1 QC Type: Duplicate QC Sample ID: 21101591.04 QCSample Sample RPD Parameter Result Result Units RPD Ctrl Limit Qual %Moisture 26.4 1 26.4 % 0 20 ab-8213-0321 Refer to the Definition page for terms. Page 29 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI 1bgf0 i "-I.„ �"i°9 Job ID: 21101591 Date: 11/2/2021 Analysis TCLP Metals,Mercury Method SW-846 7470A Reporting Units mg/L QC Batch ID : Qb21110161 Created Date : 11/01/21 Created By : BChristofer Samples in This QC Batch : 21101591.01,02,03,04 Digestion : PB21110147 Prep Method: SW-846 7470A Prep Date: 11/01/21 09:00 Prep By: BChristofer TCLP Prep: PB21103010 Prep Method: SW-846 1311 Prep Date: 10/29/21 17:30 Prep By: Msoria QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual (Mercury I 7439-97-6T I < MDL I mg/L I 1 I 0.0005 I 0.00013 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Mercury 0.005 0.00430 86 1 0.005 0.00464 92.8 7.6 20.5 78-117 QC Type: MS and MSD QC Sample ID: 21101591.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Mercury BRL 0.005 1 0.00508 102 80-120 ab-8213-0321 Refer to the Definition page for terms. Page 30 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE �1111P11bgf0 i Job ID: 21101591 Date: 11/2/2021 Analysis Polychlorinated Biphenyls Method SW-846 8082A Reporting Units ug/Kg QC Batch ID : Qb21110171 Created Date : 11/01/21 Created By : PSunkara Samples in This QC Batch : 21101591.01,02,03,04 Extraction : PB21110118 Prep Method: SW-846 3546 Prep Date: 11/01/21 07:30 Prep By: Msoria QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual Aroclor 1016 12674-11-2 < MDL ug/Kg 1.00 1.67 1.46 Aroclor 1221 11104-28-2 < MDL ug/Kg 1.00 1.67 1.52 Aroclor 1232 11141-16-5 < MDL ug/Kg 1.00 1.67 1.52 Aroclor 1242 53469-21-9 < MDL ug/Kg 1.00 1.67 1.52 Aroclor 1248 12672-29-6 < MDL ug/Kg 1.00 1.67 1.52 Aroclor 1254 11097-69-1 < MDL ug/Kg 1.00 1.67 1.52 Aroclor 1260 11096-82-5 < MDL ug/Kg 1.00 1.67 1.52 Total PCBs < MDL ug/Kg 1.00 1.67 1.52 Tetrachloro-m-xylene(surr) 877-09-8 93.2 % 1.00 Decachlorobiphenyl(surr) 2051-24-3 106 % 1.00 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Total PCBs 133 136.396 103 133 144.03 108 5.4 9 16.2-170 Aroclor 1016 66.7 62.066 93.1 66.7 67.829 102 8.9 8.9 18.8-156 Aroclor 1260 66.7 74.330 111 66.7 76.201 114 2.5 8.02 27.6-155 QC Type: MS and MSD QC Sample ID: 21101591.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Aroclor 1016 BRL 66.7 48.930 73.4 40-140 Total PCBs BRL 133 111.656 84 40-140 Aroclor1260 BRL 66.7 62.726 94 40-140 ab-8213-0321 Refer to the Definition page for terms. Page 31 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI 1bgf0 i "-I.„ �"i°9 Job ID: 21101591 Date: 11/2/2021 Analysis TCLP Metals Method SW-846 6010D Reporting Units mg/L QC Batch ID : Qb21110189 Created Date : 11/01/21 Created By : 3mavani Samples in This QC Batch : 21101591.01,02,03,04 Digestion : PB21110173 Prep Method: SW-846 3010A Prep Date: 11/01/21 10:45 Prep By: Mwissman TCLP Prep: PB21103010 Prep Method: SW-846 1311 Prep Date: 10/29/21 17:30 Prep By: Msoria QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual Arsenic 7440-38-2T < MDL mg/L 1 0.04 0.02 Barium 7440-39-3T < MDL mg/L 1 0.04 0.004 Cadmium 7440-43-9 < MDL mg/L 1 0.04 0.004 Chromium 7440-47-3T < MDL mg/L 1 0.04 0.004 Lead 7439-92-1T < MDL mg/L 1 0.04 0.008 Selenium 7782-49-2 < MDL mg/L 1 0.04 0.04 Silver 7440-22-4 < MDL mg/L 1 0.04 0.004 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Arsenic 2 2.17 108 2 2.20 110 1.4 20 80120 Barium 2 2.01 100 2 2.00 99.9 0.3 20 80-120 Cadmium 2 1.98 98.9 2 2.01 100 1.6 20 80-120 Chromium 2 1.98 98.8 2 2.01 100 1.7 20 80-120 Lead 2 1.91 95.5 2 1.94 97.3 1.6 20 80-120 Selenium 2 2.08 104 2 2.10 105 1.1 20 80-120 Silver 2 2.06 103 2 2.10 105 1.9 20 80-120 QC Type: MS and MSD QC Sample ID: 21101591.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Arsenic BRL 2 2.20 110 2 2.16 108 1.8 30 45-138 Barium 1.11 2 3.07 97.8 2 3.08 98.6 0.5 25 39-135 Cadmium BRL 2 1.93 96.5 2 1.92 95.8 0.7 25 56-125 Chromium BRL 2 1.99 99.5 2 1.97 98.5 1 25 52-125 Lead BRL 2 1.89 94.5 2 1.89 94.3 0.2 25 55-125 Selenium 0.0130 2 2.11 105 2 2.10 104 0.2 25 18-137 Silver I BRL 1 2 1 2.07 1 104 1 2 1 2.07 1 104 1 0.0 1 25 1 26-148 ab-8213-0321 Refer to the Definition page for terms. Page 32 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B LABORATORY TERM AND QUALIFIER DEFINITION REPORT �V�o�uo�Mu�4No�ll�� n � Job ID : 21101591 Date: 11/2/2021 ��t��P31h7f-74'I General Term Definition Back-Wt Back Weight Post-Wt Post Weight BRL Below Reporting Limit ppm parts per million cfu colony-forming units Pre-Wt Previous Weight Conc. Concentration Q Qualifier D.F. Dilution Factor Reg Limit Regulatory Limit Front-Wt Front Weight RPD Relative Percent Difference LCS Laboratory Check Standard RptLimit Reporting Limit LCSD Laboratory Check Standard Duplicate SDL Sample Detection Limit MS Matrix Spike surr Surrogate MSD Matrix Spike Duplicate T Time MW Molecular Weight TNTC Too numerous to count J Estimation. Below calibration range but above MDL (Qualifier Definition U Undetected at SDL(Sample Detection Limit). ab-8211-0321 Page 33 of 35 g p 08A7 __ DocuSi n Envelope ID.A80 E-BCD41487 � __ � D-9696-250794392C4B sac 5 > 9 E ^ —, X C �r in U _14 M I q"fu =- c ' w ro 451 t .,. � �I ..... uj �btl ,R :Cj 14 a7„a b " „e « " ^ Z4 ' ... Z . . . " U) u NUhs�VV6�'g4tl�ro�A4� tlbgro� � � "y I ^, it �4 IU , �,_....�_ �... QCL ..,H �� CJ FBd " o � .t^ �k 4 rn f ti .,.. m k a m l k HOS 81, ww r W ,. ..,_ . ._ ....._ ,. . l rN xa I � a .... is ,.. I '1".& ua r. � a �d nom . «� .. CD 0 CL I u Wrw.r+r t «+,a 4�" �„ �I "wu l"A � www•�irICY. ,�9i k 4 CN q,Y iii � � � i i�. "•hW °�. m4 w„ Ik ry�w} ✓a w E tn! knk. ➢r; " q l b ��mak. d,k"a ,. 'IJV a C3 I r ^ kas DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B „0'0p%VWftgj1%14 Sample Condition Checklist ui��" ��31�P31b7�7X1 ,�mdioG A&B 3obID 21101591 Date Received : 10/20/2021 Time Received 11:18AM Client Name : PSI Temperature 1.2°C Sample pH NA Thermometer ID :IR1 pH Paper ID NA Perservative Check Points Yes No N/A 1. Cooler Seal present and signed. X 2. Sample(s)in a cooler. X 3. If yes,ice in cooler. X 4. Sample(s)received with chain-of-custody. X S. C-O-C signed and dated. X 6. Sample(s)received with signed sample custody seal. X 7. Sample containers arrived intact.(If No comment) X S. Matrix Water Soil Liquid Sludge Solid Cassette Tube Bulk Badge Food Other 9. Samples were received in appropriate container(s) X 10. Sample(s)were received with Proper preservative X 11. All samples were tagged or labeled. X 12. Sample ID labels match C-O-C ID's. X 13. Bottle count on C-O-C matches bottles found. X 14. Sample volume is sufficient for analyses requested. X 15. Samples were received with in the hold time. X 16. VOA vials completely filled. X 17. Sample accepted. X 18. Has client been contacted about sub-out X Comments:Include actions taken to resolve discrepancies/problem: Received by : TGillespie Check in by/date : 3edralin/ 10/20/2021 ab-s005-0321 Phone : 713-453-6060 www.ablabs.com Page 35 of 35 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Laboratory Analysis Report Total Number of Pages: 20 Job ID : 21101698 11logA001hao MIKE 7bT�w md0� 10100 East Freeway, Suite 100, Houston,TX 77029 tel:713-453-6060, fax:713-453-6091, hftp://www.ablabs.com Client Project Name: 0312-2441 /Replace Marina Piers Report To: Client Name: PSI P.O.#.: Attn: Briana Garcia Sample Collected By: Briana Garcia Client Address: 2020 N. Loop 499 Suite 302 Date Collected: 10/20/21 City,State,Zip: Harlingen,Texas,78550 A&B Labs has analyzed the following samples... Client Sample ID Matrix A&B Sample lD B-6 Soil 21101698.01 Released By: Alisha Hughes Title: Project Manager Date: 10/29/2021 This Laboratory is NELAP(T104704213)accredited. Effective: 04/01/2021; Expires: 3/31/2022 Scope: Non-Potable Water, Drinking Water,Air,Solid, Biological Tissue, Hazardous Waste gyp. I am the laboratory manager,or his/her designee,and I am responsible for the release of this data package. This laboratory data package has been reviewed and is complete and technically compliant with the requirements of the methods used,except where noted in the attached exception reports. I affirm,to the best of my knowledge that all problems/anomalies observed by this laboratory(and if applicable,any and all laboratories subcontracted through this laboratory)that might affect the quality of the data,have been identified in the Laboratory Review Checklist,and that no information or data have been knowingly withheld that would affect the quality of the data. This report cannot be reproduced,except in full,without prior written permission of A&B Labs. Results shown relate only to the items tested. Results apply to the sample as received. Samples are assumed to be in acceptable condition unless otherwise noted. Blank correction is not made unless otherwise noted. Air concentrations reported are based on field sampling information provided by client. Soil samples are reported on a wet weight basis unless otherwise noted.Uncertainty estimates are available on request. ab-8210-0321 Date Received: 10/21/2021 10:30 Page 1 of 20 Report Number:RPT211029077 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-6 Date: 10/29/2021 ��ti�0ie7"7odioG A&B Job Sample ID: 21101698.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: % Moisture Sample Matrix Soil Analytical Method: SM 2540G Date Collected 10/20/2021 09:20 QC Batch ID: Qb21102609 Date Received 10/21/2021 10:30 Prep Method: SM 2540G Date Prepared 10/25/2021 19:00 Prepared By: SKYanduru Prep Batch ID PB21102608 Analyst Initial YSK % Moisture 15 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time % Moisture 15.0 0.1 0.1 ---- % 1 10/25/21 19:10 ab-8212-0321 Soil results reported on dry weight basis Page 2 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rwrp� LABORATORY TEST RESULTS Client Sample ID: B-6 Date: 10/29/2021 ��ti�0ie7"7odioG A&B Job Sample ID: 21101698.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Total Metals Sample Matrix Soil Analytical Method: SW-846 6010D Date Collected 10/20/2021 09:20 QC Batch ID: Qb211025135 Date Received 10/21/2021 10:30 Prep Method: SW-846 3050B Date Prepared 10/25/2021 09:00 Prepared By: Mwissman Prep Batch ID PB21102552 Analyst Initial BDC % Moisture 15 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7440-38-2T Arsenic 1.12 0.17 0.294 0.142 0.25 125 mg/Kg 1 10/25/2115:49 17440-39-3T Barium 195 0.612 5.88 0.026 0.25 125 mg/Kg 20 10/25/21 15:54 17440-43-9 Cadmium 0.22 J 0.02 0.294 0.018 0.25 125 mg/Kg 1 10/25/2115:49 17440-47-3T Chromium 6.11 0.07 1.47 0.012 0.25 125 mg/Kg 5 10/26/2112:06 17439-92-1T Lead 5.89 1.79 5.88 0.076 0.25 125 mg/Kg 20 10/25/21 15:54 17782-49-2 Selenium <0.13 U 0.13 0.294 0.111 0.25 125 mg/Kg 1 10/25/2115:49 17440-22-4 Silver <0.05 U 0.05 0.294 0.045 0.25 125 mg/Kg 1 10/25/2115:49 ab-8212-0321 Soil results reported on dry weight basis Page 3 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-6 Date: 10/29/2021 ��ti�0ie7"7odioG A&B Job Sample ID: 21101698.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: TCLP Metals Sample Matrix Soil Analytical Method: SW-846 6010D Date Collected 10/20/2021 09:20 QC Batch ID: Qb21102289 Date Received 10/21/2021 10:30 Prep Method: SW-846 1311 Date Prepared 10/21/2021 17:00 Prepared By: Msoria Prep Batch ID PB21102241,PB21102223 Analyst Initial JM % Moisture CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7440-38-2T Arsenic <0.0200 U 0.0200 0.04 0.02 0.04 10 mg/L 1 10/22/21 16:35 17440-39-3T Barium 0.240 0.0040 0.04 0.004 0.04 10 mg/L 1 10/22/21 16:35 17440-43-9 Cadmium <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 10/22/21 16:35 17440-47-3T Chromium <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 10/22/21 16:35 17439-92-1T Lead <0.0080 U 0.0080 0.04 0.008 0.04 10 mg/L 1 10/22/21 16:35 17782-49-2 Selenium <0.0400 U 0.0400 0.04 0.04 0.04 10 mg/L 1 10/22/21 16:35 17440-22-4 Silver <0.0040 U 0.0040 0.04 0.004 0.04 10 mg/L 1 10/22/21 16:35 ab-8212-0321 Soil results reported on dry weight basis Page 4 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-6 Date: 10/29/2021 ��ti�0ie7"7odioG A&B Job Sample ID: 21101698.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Total Metals- Mercury Sample Matrix Soil Analytical Method: SW-846 7470A Date Collected 10/20/2021 09:20 QC Batch ID: Qb21102577 Date Received 10/21/2021 10:30 Prep Method: SW-846 7470A Date Prepared 10/25/2021 09:10 Prepared By: BChristofer Prep Batch ID PB21102565 Analyst Initial BDC % Moisture 15 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7439-97-6T Mercury <0.00104 U 0.00104 0.0047 0.00088 0.004 0.2 mg/Kg 1 10/25/2113:13 ab-8212-0321 Soil results reported on dry weight basis Page 5 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-6 Date: 10/29/2021 ��ti�0ie7"7odioG A&B Job Sample ID: 21101698.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: TCLP Mercury Sample Matrix Soil Analytical Method: SW-846 7470A Date Collected 10/20/2021 09:20 QC Batch ID: Qb21102287 Date Received 10/21/2021 10:30 Prep Method: SW-846 1311 Date Prepared 10/21/2021 17:00 Prepared By: Msoria Prep Batch ID PB21102257,PB21102223 Analyst Initial BDC % Moisture CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 7439-97-6T Mercury <0.00013 U 0.00013 0.00050 0.00013 0.0005 0.01 mg/L 1 10/22/2114:33 ab-8212-0321 Soil results reported on dry weight basis Page 6 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-6 Date: 10/29/2021 ��ti�0ie7"7odioG A&B Job Sample ID: 21101698.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Polychlorinated Biphenyls Sample Matrix Soil Analytical Method: SW-846 8082A Date Collected 10/20/2021 09:20 QC Batch ID: Qb21102580 Date Received 10/21/2021 10:30 Prep Method: SW-846 3546 Date Prepared 10/22/2021 11:20 Prepared By: Msoria Prep Batch ID PB21102262 Analyst Initial PS % Moisture 15 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 12674-11-2 Aroclor 1016 <0.22329 D1,U 0.22329 0.255 1.46 1.67 167 ug/Kg 0.13 10/22/21 22:48 111104-28-2 Aroclor 1221 <0.23247 D1,U 0.23247 0.255 1.52 1.67 167 ug/Kg 0.13 10/22/21 22:48 111141-16-5 Aroclor 1232 <0.23247 D1,U 0.23247 0.255 1.52 1.67 167 ug/Kg 0.13 10/22/21 22:48 153469-21-9 Aroclor 1242 <0.23247 D1,U 0.23247 0.255 1.52 1.67 167 ug/Kg 0.13 10/22/21 22:48 112672-29-6 Aroclor 1248 <0.23247 D1,U 0.23247 0.255 1.52 1.67 167 ug/Kg 0.13 10/22/21 22:48 111097-69-1 Aroclor 1254 <0.23247 D1,U 0.23247 0.255 1.52 1.67 167 ug/Kg 0.13 10/22/21 22:48 111096-82-5 Aroclor 1260 <0.23247 D1,U 0.23247 0.255 1.52 1.67 167 ug/Kg 0.13 10/22/21 22:48 1 Total PCBs <0.23247 D1,U 0.23247 0.255 1.52 1.67 167 ug/Kg 0.13 10/22/21 22:48 12051-24-3 Decachlorobiphenyl(surr) 3331 S6 42 130 % 0.13 10/22/2122:48 1877-09-8 Tetrachloro-m-xylene(surr) 937 S6 42 128 % 0.13 10/22/2122:48 ab-8212-0321 Soil results reported on dry weight basis Page 7 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-6 Date: 10/29/2021 ��ti�0ie7"7odioG A&B Job Sample ID: 21101698.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Purgeable Aromatics Sample Matrix Soil Analytical Method: SW-846 8260C Date Collected 10/20/2021 09:20 QC Batch ID: Qb21102201 Date Received 10/21/2021 10:30 Prep Method: SW-846 5035A Date Prepared 10/21/2021 11:00 Prepared By: Rajeev Prep Batch ID PB21102201 Analyst Initial RT % Moisture 15 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time 1634-04-4 MTBE <0.00045 U 0.00045 0.0039 0.00057 0.005 0.05 mg/Kg 0.67 10/21/2115:36 171-43-2 Benzene <0.00024 U 0.00024 0.0039 0.00031 0.005 0.05 mg/Kg 0.67 10/21/21 15:36 1108-88-3 Toluene <0.00035 U 0.00035 0.0039 0.00044 0.005 0.05 mg/Kg 0.67 10/21/2115:36 1100-41-4 Ethylbenzene <0.00035 U 0.00035 0.0039 0.00044 0.005 0.05 mg/Kg 0.67 10/21/2115:36 1179601-23-1 m-&p-Xylenes <0.00087 U 0.00087 0.0079 0.0011 0.010 0.10 mg/Kg 0.67 10/21/21 15:36 195-47-6 o-Xylene <0.00032 U 0.00032 0.0039 0.00041 0.005 0.05 mg/Kg 0.67 10/21/21 15:36 11330-20-7 Xylenes <0.00117 U 0.00117 0.012 0.00148 0.015 0.15 mg/Kg 0.67 10/21/2115:36 117060-07-0 1,2-Dichloroethane-d4(surr) 101 70 130 % 0.67 10/21/21 15:36 11868-53-7 Dibromofluoromethane(surr) 99.5 70 130 % 0.67 10/21/21 15:36 12037-26-5 Toluene-d8(surr) 98.4 70 130 % 0.67 10/21/21 15:36 1460-00-4 p-Bromofluorobenzene(surr) 97.3 70 130 % 0.67 10/21/21 15:36 ab-8212-0321 Soil results reported on dry weight basis Page 8 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B °r°OAv�rrp� LABORATORY TEST RESULTS Client Sample ID: B-6 Date: 10/29/2021 ��ti�0ie7t"7odioG A&B Job Sample ID: 21101698.01 Client Name: PSI Attn: Briana Garcia Project Name: 0312-2441 / Replace Marina Piers Test Description: Total Petroleum Hydrocarbons Sample Matrix Soil Analytical Method: TX 1005 Date Collected 10/20/2021 09:20 QC Batch ID: Qb21102210 Date Received 10/21/2021 10:30 Prep Method: TX 1005 Date Prepared 10/21/2021 13:00 Prepared By: AKumar Prep Batch ID PB21102207 Analyst Initial AK % Moisture 15 CAS Number Parameter Result Flag SDL SQL MDL MQL UQL Units DF Date/Time TPH-1005-1 C6-C12 <9.94 U 9.94 26.2 9.49 25 1000 mg/Kg 0.89 10/21/2122:32 ITPH-1005-2 >C12-C28 <13.6 U 13.6 26.2 13.0 25 1000 mg/Kg 0.89 10/21/21 22:32 ITPH-1005-4 >C28-C35 <7.20 U 7.20 26.2 6.88 25 1000 mg/Kg 0.89 10/21/2122:32 I Total C6-C35 < 7.20 U 7.20 6.88 ---- ---- mg/Kg 0.89 10/21/21 22:32 1111-85-3 1-Chlorooctane(surr) 85.3 60 143 % 0.89 10/21/2122:32 13386-33-2 Chlorooctadecane(surr) 85.2 60 150 % 0.89 10/21/21 22:32 ab-8212-0321 Soil results reported on dry weight basis Page 9 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI "-I. � Job ID: 21101698 Date: 10/29/2021 mdioG Analysis Purgeable Aromatics Method SW-846 8260C Reporting Units mg/Kg QC Batch ID : Qb21102201 Created Date : 10/21/21 Created By : Rajeev Samples in This QC Batch : 21101698.01 Sample Preparation : PB21102201 Prep Method: SW-846 5035A Prep Date: 10/21/21 11:00 Prep By: Rajeev QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual Benzene 71-43-2 < MDL mg/Kg 1.00 0.005 0.00107 Ethylbenzene 100-41-4 < MDL mg/Kg 1.00 0.005 0.00138 m-&p-Xylenes 179601-23-1 < MDL mg/Kg 1.00 0.01 0.00273 MTBE 1634-04-4 < MDL mg/Kg 1.00 0.005 0.00107 o-Xylene 95-47-6 < MDL mg/Kg 1.00 0.005 0.00126 Toluene 108-88-3 < MDL mg/Kg 1.00 0.005 0.00119 Xylenes 1330-20-7 < MDL mg/Kg 1.00 0.005 0.001 Dibromofluoromethane(surr 1868-53-7 98.2 % 1.00 1,2-Dichloroethane-d4(surr 17060-07-0 96.1 % 1.00 Toluene-d8(surr) 2037-26-5 98.5 % 1.00 p-Bromofluorobenzene(surr 460-00-4 100 % 1.00 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Benzene 0.02 0.0200 100 0.02 0.0197 98.3 1.6 30 77 121 Ethylbenzene 0.02 0.0199 99.4 0.02 0.0194 96.8 2.4 30 76-122 m-&p-Xylenes 0.04 0.0405 101 0.04 0.0391 97.6 3.4 30 77-124 MTBE 0.02 0.0177 88.5 0.02 0.0184 92 3.9 30 73-125 o-Xylene 0.02 0.0197 98.4 0.02 0.0194 97 1.4 30 77-123 Toluene 0.02 0.0208 104 0.02 0.0202 101 3 30 77-121 Xylenes 0.06 0.0602 100 0.06 0.0585 97.4 2.8 30 78-124 QC Type: MS and MSD QC Sample ID: 21101698.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Benzene BRL 0.014 0.0144 103 74-126 Ethylbenzene BRL 0.014 0.0143 102 72.2-128 m-&p-Xylenes BRL 0.029 0.0289 99.5 70.7-131 MTBE BRL 0.014 0.0136 96.9 70-130 o-Xylene BRL 0.014 0.0149 107 71.6-130 Toluene BRL 0.014 0.0151 108 73.3-127 Xylenes BRL 1 0.043 1 0.0438 1 102 1 1 1 1 1 1 69.2-133 ab-8213-0321 Refer to the Definition page for terms. Page 10 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI "-I. � Job ID: 21101698 Date: 10/29/2021 mdioG Analysis Total Petroleum Hydrocarbons Method TX 1005 Reporting Units : mg/Kg QC Batch ID : Qb21102210 Created Date : 10/21/21 Created By : AKumar Samples in This QC Batch : 21101698.01 Sample Preparation : PB21102207 Prep Method: TX 1005 Prep Date: 10/21/21 13:00 Prep By: AKumar QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual C6-C12 TPH-1005-1 < MDL mg/Kg 1.00 25 9.49 >C12-C28 TPH-1005-2 < MDL mg/Kg 1.00 25 13.0 >C28-C35 TPH-1005-4 < MDL mg/Kg 1.00 25 6.88 Total C6-C35 < MDL mg/Kg 1.00 ---- 6.88 Chlorooctadecane(surr) 3386-33-2 92.7 % 1.00 1-Chlorooctane(surr) 111-85-3 91.4 % 1.00 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual C6-C12 500 523105 500 458 91.7 13.3 20 75-125 >C12-C28 500 542 108 500 496 99.1 8.9 20 75-125 >C28-C35 500 423 84.6 500 444 88.8 4.8 20 75-125 QC Type: MS and MSD QC Sample ID: 21101697.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual C6-C12 BRL 500 505 101 500 529 106 4.6 20 75-125 >C12-C28 BRL 500 540 108 500 568 114 5 20 75-125 >C28-C35 BRL 500 492 98.4 500 516 103 4.7 20 75-125 ab-8213-0321 Refer to the Definition page for terms. Page 11 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI "-I. � Job ID: 21101698 Date: 10/29/2021 mdioG Analysis TCLP Metals,Mercury Method SW-846 7470A Reporting Units mg/L QC Batch ID : Qb21102287 Created Date : 10/22/21 Created By : BChristofer Samples in This QC Batch : 21101698.01 Digestion : PB21102257 Prep Method: SW-846 7470A Prep Date: 10/22/21 10:40 Prep By: BChristofer TCLP Prep: PB21102223 Prep Method: SW-846 1311 Prep Date: 10/21/21 17:00 Prep By: Msoria QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual (Mercury I 7439-97-6T I < MDL I mg/L I 1 I 0.0005 I 0.00013 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Mercury 0.005 0.00471 94.2 1 0.005 0.00478 95.6 1.5 20.5 78-117 QC Type: MS and MSD QC Sample ID: 21101723.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Mercury BRL 0.005 1 0.00482 1 96.4 80-120 ab-8213-0321 Refer to the Definition page for terms. Page 12 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI "-I. � Job ID: 21101698 Date: 10/29/2021 mdioG Analysis TCLP Metals Method SW-846 6010D Reporting Units mg/L QC Batch ID : Qb21102289 Created Date : 10/22/21 Created By : 3mavani Samples in This QC Batch : 21101698.01 Digestion : PB21102241 Prep Method: SW-846 3010A Prep Date: 10/22/21 11:20 Prep By: Mwissman TCLP Prep: PB21102223 Prep Method: SW-846 1311 Prep Date: 10/21/21 17:00 Prep By: Msoria QC Type: Method Blank Parameter CAS# Result Units D.F. MQL MDL Qual Arsenic 7440-38-2T < MQL mg/L 1 0.04 Barium 7440-39-3T < MQL mg/L 1 0.04 Cadmium 7440-43-9 < MQL mg/L 1 0.04 Chromium 7440-47-3T < MQL mg/L 1 0.04 Lead 7439-92-1T < MQL mg/L 1 0.04 Selenium 7782-49-2 < MQL mg/L 1 0.04 Silver 7440-22-4 < MQL mg/L 1 0.04 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Arsenic 2 2.16 108 2 2.13 106 1.6 20 80 120 Barium 2 2.01 101 2 2.00 100 0.5 20 80-120 Cadmium 2 1.95 97.7 2 1.94 97.1 0.7 20 80-120 Chromium 2 2.03 102 2 2.02 101 0.7 20 80-120 Lead 2 1.95 97.5 2 1.94 96.9 0.5 20 80-120 Selenium 2 2.08 104 2 2.07 104 0.6 20 80-120 Silver 2 2.09 105 2 2.09 104 0.1 20 80-120 QC Type: MS and MSD QC Sample ID: 21101694.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Arsenic 0.403 2.0 2.52 106 2.0 2.48 124 1.2 25 45-138 Barium 0.695 2.0 2.70 100 2.0 2.67 133 1 25 39-135 Cadmium BRL 2.0 1.92 96 2.0 1.89 94.4 1.4 25 56-125 Chromium BRL 2.0 2.03 102 2.0 2.00 100 1.4 25 52-125 Lead BRL 2.0 1.94 97.1 2.0 1.91 95.6 1.5 25 55-125 Selenium BRL 2.0 2.03 102 2.0 2.01 101 0.9 25 18-137 Silver I BRL 1 2.0 1 2.08 1 104 1 2.0 1 2.05 1 102 1 1.4 1 25 1 26-148 ab-8213-0321 Refer to the Definition page for terms. Page 13 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI "-I. � Job ID: 21101698 Date: 10/29/2021 mdioG Analysis Total Recoverable Metals Method SW-846 6010D Reporting Units mg/Kg QC Batch ID : Qb211025135 Created Date : 10/25/21 Created By : BChristofer Samples in This QC Batch : 21101698.01 Digestion : PB21102552 Prep Method: SW-846 3050B Prep Date: 10/25/21 09:00 Prep By: Mwissman QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual Arsenic 7440-38-2T < MDL mg/Kg 1 0.25 0.142 Barium 7440-39-3T < MDL mg/Kg 1 0.25 0.026 Cadmium 7440-43-9 < MDL mg/Kg 1 0.25 0.018 Chromium 7440-47-3T < MDL mg/Kg 1 0.25 0.012 Lead 7439-92-1T < MDL mg/Kg 1 0.25 0.076 Selenium 7782-49-2 < MDL mg/Kg 1 0.25 0.111 Silver 7440-22-4 < MDL mg/Kg 1 0.25 0.045 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Arsenic 25 23.4 93.5 25 23.6 94.4 0.9 20 82 111 Barium 25 24.1 96.2 25 24.4 97.5 1.4 20 83-113 Cadmium 25 23.2 92.7 25 23.4 93.6 1 20 82-113 Chromium 25 24.0 96 25 24.4 97.5 1.6 20 85-120 Lead 25 23.3 93 25 23.6 94.2 1.5 20 81-112 Selenium 25 22.5 90.1 25 22.9 91.6 1.6 20 80-111 Silver 25 23.1 92.4 25 23.4 93.4 1.3 20 82-112 QC Type: MS and MSD QC Sample ID: 21101684.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Arsenic BRL 25 24.2 96.8 25 24.6 98.4 1.6 20 75-125 Barium 171 25 197 104 25 200 116 1.4 20 75-125 Cadmium BRL 25 23.2 92.8 25 23.6 94.4 1.7 20 75-125 Chromium 7.39 25 25.9 74.2 25 26.0 74.4 0.2 20 75-125 M2 Lead 3.97 25 26.7 90.9 25 27.0 92.2 1.2 20 75-125 Selenium 0.733 25 23.2 89.8 25 23.4 90.6 0.9 20 75-125 Silver 0.29 1 25 1 22.4 1 88.3 1 25 1 22.6 1 89.3 1 1.1 1 20 1 75-125 ab-8213-0321 Refer to the Definition page for terms. Page 14 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI "-I. � Job ID: 21101698 Date: 10/29/2021 mdioG Analysis Total Metals-Mercury Method SW-846 7470A Reporting Units mg/Kg QC Batch ID : Qb21102577 Created Date : 10/25/21 Created By : BChristofer Samples in This QC Batch : 21101698.01 Digestion : PB21102565 Prep Method: SW-846 7470A Prep Date: 10/25/21 09:10 Prep By: BChristofer QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual (Mercury I 7439-97-6T I < MDL I mg/Kg I 1 I 0.004 I 0.00088 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Mercury 0.1 0.0987 98.7 0.1 0.104 104 5.2 20 80-120 QC Type: MS and MSD QC Sample ID: 21101860.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Mercury 0.0473 0.1 0.136 88.5 80-120 ab-8213-0321 Refer to the Definition page for terms. Page 15 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI "-I. � Job ID: 21101698 Date: 10/29/2021 mdioG Analysis Polychlorinated Biphenyls Method SW-846 8082A Reporting Units ug/Kg QC Batch ID : Qb21102580 Created Date : 10/22/21 Created By : PSunkara Samples in This QC Batch : 21101698.01 Extraction : PB21102262 Prep Method: SW-846 3546 Prep Date: 10/22/21 11:20 Prep By: Msoria QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual Aroclor 1016 12674-11-2 < MDL ug/Kg 1.00 1.67 1.46 Aroclor 1221 11104-28-2 < MDL ug/Kg 1.00 1.67 1.52 Aroclor 1232 11141-16-5 < MDL ug/Kg 1.00 1.67 1.52 Aroclor 1242 53469-21-9 < MDL ug/Kg 1.00 1.67 1.52 Aroclor 1248 12672-29-6 < MDL ug/Kg 1.00 1.67 1.52 Aroclor 1254 11097-69-1 < MDL ug/Kg 1.00 1.67 1.52 Aroclor 1260 11096-82-5 < MDL ug/Kg 1.00 1.67 1.52 Total PCBs < MDL ug/Kg 1.00 1.67 1.52 Tetrachloro-m-xylene(surr) 877-09-8 90.4 % 1.00 Decachlorobiphenyl(surr) 2051-24-3 92.1 % 1.00 QC Type: LCS and LCSD LCS LCS LCS LCSD LCSD LCSD RPD %Recovery Parameter Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Total PCBs 133 136.845 103 133 133.803 101 2.2 9 16.2-170 Aroclor 1016 66.7 63.667 95.5 66.7 63.085 94.6 0.9 8.9 18.8-156 Aroclor 1260 66.7 73.178 110 66.7 70.718 106 3.4 8.02 27.6-155 QC Type: MS and MSD QC Sample ID: 21101610.01 Sample MS MS MS MSD MSD MSD RPD %Rec Parameter Result Spk Added Result %Rec Spk Added Result %Rec RPD Ctrl Limit Ctrl Limit Qual Aroclor 1016 BRL 66.7 1838.314 2756 40-140 Mi Total PCBs BRL 133 4156.625 3125 40-140 M1 Aroclor1260 BRL 66.7 2318.311 3476 40-140 Mi ab-8213-0321 Refer to the Definition page for terms. Page 16 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B QUALITY CONTROL CERTIFICATE OKI "-I. � Job ID: 21101698 Date: 10/29/2021 mdioG Analysis %Moisture Method SM 254OG Reporting Units QC Batch ID : Qb21102609 Created Date : 10/25/21 Created By : SKYanduru Samples in This QC Batch : 21101698.01 Sample Preparation : PB21102608 Prep Method: SM 2540G Prep Date: 10/25/21 19:00 Prep By: SKYanduru QC Type: Method Blank Parameter CAS# Result Units D.F. M L MDL Qual I%Moisture I I < MQL I % I 1 I 0.1 QC Type: Duplicate QC Sample ID: 21101691.02 QCSample Sample RPD Parameter Result Result Units RPD Ctrl Limit Qual %Moisture 13.7 1 14.3 % 4.3 20 ab-8213-0321 Refer to the Definition page for terms. Page 17 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B LABORATORY TERM AND QUALIFIER DEFINITION REPORT �V�o�uo�Mu�4No�ll�� Job ID : 21101698 Date: 10/29/2021 ��ti�4�1h7f-74'I General Term Definition Back-Wt Back Weight Post-Wt Post Weight BRL Below Reporting Limit ppm parts per million cfu colony-forming units Pre-Wt Previous Weight Conc. Concentration Q Qualifier D.F. Dilution Factor Reg Limit Regulatory Limit Front-Wt Front Weight RPD Relative Percent Difference LCS Laboratory Check Standard RptLimit Reporting Limit LCSD Laboratory Check Standard Duplicate SDL Sample Detection Limit MS Matrix Spike surr Surrogate MSD Matrix Spike Duplicate T Time MW Molecular Weight TNTC Too numerous to count J Estimation. Below calibration range but above MDL (Qualifier Definition D1 Sample required dilution due to matrix effects. J Estimation. Below calibration range but above MDL. M1 Matrix Spike and/or Matrix Spike Duplicate recovery is above laboratory control limits due to matrix interference."The sample randomly selected as QC for this batch was not part of your project. Therefore,this sample matrix is not applicable to your project samples." M2 Matrix Spike and/or Matrix Spike Duplicate recovery is below laboratory control limits due to matrix interference."The sample randomly selected as QC for this batch was not part of your project. Therefore,this sample matrix is not applicable to your project samples." S6 Surrogate recovery is outside control limits due to matrix effects. U Undetected at SDL(Sample Detection Limit). ab-8211-0321 Page 18 of 20 i ....... ...............� ..... DocuSign Envelope ID.A8008A7E-BCD4-487D-9696-250794392C4B CL a Ja Cr, U fZ YmA p Yt 1 m 11 ' CFw I E 1` b.b "w„b (""Po 10" t � �r J _ _ I �I ._...._. � p �° .. ° o I ) w _.. { f V11 �._ . �4 I , F 7 I � tj Jf, f " 711 ., � 7 , r lk 7. I, i I. mw' E4 I. 1 a >°.� .1 I,,., ,, r 1 r.,,w kL J d! '^°� ➢a PV�",,' k ..........,.. ,,, � t ��y�, r — J Mn I � a ", i Iq II I � m # a j � 41� P �. r ", )�­ �1'11` 1.4 = yy Lid r " y _I . OIRVA 311 i rIv �f }#tie i^y � � m. � 1 w: w q o l lf O"J LU IP „Y✓, 1 V. .,r I � x J P I � IM n- I ILL] "r:p" �J 1 i f C I F 41i I 00 „ wNe .ra I n J I OZ a- i —A' 1, .�. UL IMI.. Cy, ti I Ir h;5 c ✓ r I.r IlktiO IV" Ly r"Y. M- r DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B „0'0p%VWftgj1%14 Sample Condition Checklist ui��" ���I�PI1b7�7X1 ,�mdioG A&B 3obID 21101698 Date Received : 10/21/2021 Time Received 10:30AM Client Name : PSI Temperature 3.4°C Sample pH NA Thermometer ID :IR1 pH Paper ID NA Perservative Check Points Yes No N/A 1. Cooler Seal present and signed. X 2. Sample(s)in a cooler. X 3. If yes,ice in cooler. X 4. Sample(s)received with chain-of-custody. X S. C-O-C signed and dated. X 6. Sample(s)received with signed sample custody seal. X 7. Sample containers arrived intact.(If No comment) X S. Matrix Water Soil Liquid Sludge Solid Cassette Tube Bulk Badge Food Other 9. Samples were received in appropriate container(s) X 10. Sample(s)were received with Proper preservative X 11. All samples were tagged or labeled. X 12. Sample ID labels match C-O-C ID's. X 13. Bottle count on C-O-C matches bottles found. X 14. Sample volume is sufficient for analyses requested. X 15. Samples were received with in the hold time. X 16. VOA vials completely filled. X 17. Sample accepted. X 18. Has client been contacted about sub-out X Comments:Include actions taken to resolve discrepancies/problem: Received by : TGillespie Check in by/date : 3edralin/ 10/21/2021 ab-s005-0321 Phone : 713-453-6060 www.ablabs.com Page 20 of 20 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B APPENDIX - 3.1 USACE DREDGING PERMIT DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DEPARTMENT F THE ARMY N7, " U.S.ARMY CORPS OF ENGNEER ,GALVESTON MSTRJCT 5151 E,L`M"'NN PAR KWAY,S Ul TE 306 CORPUS CHRISTI,TEXAS 78411-4318 u: Ut 1 , 2022 Corpus Christi Regulatory Field Office SUBJECT: Pen-nit No. S G-19'96-00169; Nationwide id ermit Verification Mr. .Jeffrey Edmunds City, of Corpus Christi ti P.O. Box 977 Corpus Christi, Tens 7w-9277 Dear Mr, Edmunds. T'hl is in referenceto your request, receivecl October 19, 2021, submitted on, your behalf by Per,eninia,l Environmental Services, LLC, to conductmaintenance n r in by rnechanicalmeans in Basins 1, 1A, IIB,, 2„ and 2A w iftn the marina, under Nationwide P rrnit 35. The marina basin was originally authorized to be dredged to an elevation not to exceed) -15 feet Mean Low Tide (MLT) per War Department rtment Permit #1179 dilated January 20„ 1939. All' dredging activities will be performed with mechanical dredge equipment, The project is located in Corpius Christi Bay, within the Corpus Christi Marina t Cooper's Alley, Lawrence Street, and People's Street, in Corpus hri tii, Nueces, County, Texas. Based on avail"aWe information, there appear to be "waters, of the United States" and/or "navigable waters ofth+ united States" on the project; site, Therefore, Your letter resulted in the, initintir rn of the Nationwide Permit (NWP) pre-construction notifi tion (PCN) pr c dlure s. Your application was consideredcornplete on October 19, 20211 The specified 45-day time periodto process the PCN expired on November 3, 2021,. Since you did not receive written notice from the Corps within this time period according to the NWP regulations:, you may begin the proposed activity. You may proceed wrth this proposed activity, as shown on the enclosed project plans in eIleven Sheets dated October 19, 2021. This; Nationwide Permit ( 1 ) 35 verification is valid provided the activity is compliant with the NVVP General/Regional Conditions, Section 401 Water +duality Certification, and the Coastal management Program, hi h can be founds at: h tp .11WW wr riu w .roil l liSSiu rn l r.nl tpi� .rr iiWN to nwi d e-Gertera lmm errnit 1, , hard copy can be provided to you upon request, WP 35. Maintenance DredgJng of Exisfing Basins:: Th.e r rrrn vas l of accumulated S d'irn nt for maintenance of existing marina kin in , access channels, to r rinor great Slips, and boat slips t pr i+ u� l! uuth ri ed depths.. DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B ,2, The NWIP verificabon is valid until the NWP is modified, reissued, or revoked. The subject NWP s authorized in, 2012,11 are scheduled to be modified', reiss,ued:, or revoked prior to March 15, 2026, It is incumbent upon youto remain informed Of changes to the NVVPs. We, will issue a public notice when the NIWPs are reissued. Furthermore, if you corrmence or are under contract to commence this activity before the date that the relevant NWP is modified or revoked, you will have 12 months from the date of the modification or revocation of the N'WP to complete the activity under the present terms and conditions of this NWPI., This letter does not address nor include any consideration for geographic jurisdiction on aquatic resources and shall not he interpreted as such. If you have any question, regarding this ve6fication, please contact Matthew Kimmel at the letterhead address or by telephone at 361-814-5947 ext, 1002, Pease Jr-lotify the Corpus Christi Regulatory Field Office in writing at the letterhead address, upon completion of the authorized project. FOR, THE DISTRICT COMMANDER: Krist A Wood For. (e, Supervisor Corpus Christi RegUlatory Field Office cc w/Encls..- Mr. doh Melnar, Perennial Environmental Services Eighth Coast Guard District, New Orleans, LA National Oceanic and Atmospheric Administration (NOAA) National Ocean Service (NOS), Coast & Geodetic ,SUrvey, SjlVer Spring, MD Texas Commission on Environmental Quality Texas Generall Lanid Office DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B se�in�eg 6,I—.w5u3 jo 4—jiod.0 SVX31 S310N 1043b4 X . JNIa33NIJN3� 8 1lOJb1 0N1043?Ja I�bb3n0 0 x I1SI21HO sndboo 3o A110 X Nvs�n p � a m rvolielaos3a .e Siva ory rvolsln3a N-1-3a 777Siva 1 ory rvolsln3a 3�. foo z j 8 <.. oz -oG �o� z m o3wm - -H oa a g ZWaS8E s5p Q o o $ ww ® u 23g ' sodI a wo v/ `ory -m o� - z��M m� < - a�=3o_<w N d om oho w '^ - X04 �o oo m ����oo ago zo"_o 69, 22i Az A ta or .�oQa'rttoaw �w LLoz>= 3U4 po3r rc�o r SE p1 ym m aojoo Q � LL zL �pN 2rcmS3 -wp _ t�WtQn m~m _ o3�r_a3¢ _ Wo n rooa 3.yr �C� o�U'vi oo w¢oa �a¢� rrr r�no rr_ rr¢mro 91 mm ro r/f % // / 1 41, +/ r rig '� ���� �I� �� �/ / ///% /�� I// /� ' �5,rv. ✓ V�� frr/ lag �+3 111 r/�r / r /,t r� tkDe IS D >1NI�, / / //1, ra r l n i I / I/ // a - / �/ ' i//% lOUWIoll /F, I Mia / / .�� is srvaml� / % l ,U, /01' e G f iu i ( , za �� mo d,5 7/Nr1A✓/7 fMIP Ii0 ruWJf / ( /% gm rii v IRMm r 1r��%i, +n I// / PlOJI +✓ 0/0"' i �%6! % 1iF O Uri o x, r ! r II a /� //i/%� - ° rn 57 o Q oa z � DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B saorn�ag 6uuaawbu3 �o 4—jiod.0 X:,, LL�P�o SVX31 x . rvo�oH3�ead� eore� �tixo s� ooatoo�oH wd�s d�3daz Ld a Z—L Sl�V a4V L NISVB 3943 J4 JNIa33NIJN3 I1S121HO sndboo 30 Alli z X 22 o o Nvs�nIft m m p 0 w < N011dlaOs3a Aa 31W ON NOI-8 N-1-3a Aa 3.0 'ON NOISI— t.r i s; ON, -,����,/ ' i // IFL I afi m/ U m f ° ",x / 1 r r / jg / �r IF, a, CO el "a % m Ii 16 Ii Ii 16 6 16 r" cc CO DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B saorn�ag 6uuaawbu3 �o 4—jiod.0 x:,, SVX31 2 'lib' GOV �R Z NISVB 3043b4 ooh ONIa33NIJN3 IIS18HO sncia0o 30 Alli z X o � ����o Nvs�n o82 m rvoueiaos3a .e Siva ory rvoisin3a N-1-3a .e Siva ON rvasn3a N - o en � li I c 0 m s ym // /....r/ ,,,« w ✓/ VIII� rrrrrr A r / rr�r r ri i ,/iDurl� ,. � fir,/ /, /r ✓ /, / //i����,�, - �i�/��o'i/i ,ll'�f/ IN r i r No/ € CO CO � r U / / r DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B X saowas 6uuaawbu3 jo 4uawpoda4 x owl kBu`ootmo�aCa�s SDX31 (� 30 L) SNOl= SSOJO 3903210 x= �I o�� om" cJNIFJ33NIrJN3 I1S1dHS snddoo JO A1110 X NVUmn 'a 's 'e 'd sbIId vNlavw 30vtd�a NOI1dItl0530 A9 'ON NOI7321 NOI1dINOS30 77777,77ON NOISIA3i1 - - l0'- ZO 9- 88 9- l0'- £0 L- Ol'9- Z69- ZO L- l0'- oo S£9- 00 L- 0'- 00 L- 9b 9- 00 00 L- OB 9- O 00 L- O l0'- O lo' lo'- - U) Z6 9-j l0'- W'- 00 L- b8 9- 00 L- l0'- 00 L- l8'- 00 L- l0'- 00 L- 00 - 00 L- o. �a OO 9-o o0 L- 0 0l0'L- OO L-p - 601- bZ L- 9l - 00 L- - 9Z L- Ob L- b£L- 1. LO L- - L- or ZL L- 88 L- S8 L- 8SL- OL b- 00 9- lo - bl S- OOS- £lS- 9b S- l0'- BL£- 005-7 lS- Zl -7 7 61 S- 7 S- Z£S- IL S- LZ S- I' 0£1 I' Ob S- 98 1- 11 S- LZ 1- Zb S- 86 S- £Z S- OZ S- Sb S- o T o - O _ O _ O _ O O N M 98b- a ZOs- a 9£S- a £09- a i� o �m m o x �m _ _ o w w o o o� 0 0 o w ow o ow ow o x l �m w w w w w l ow E o m � L£b- M 90 s- fA lZ - CO)fA � 9l 9- fA o 0 0 0 0o s-M Lo s-i lo'- �,µ��IIIIII = m I w l„1 +IIIII�UI 66 b- 00 S- 16£- - 00 S e mum 00 S- b6 S- IIIIII I OZ S-v 60 9-e Ill 11 lilllm b8 S- £S S- ££9- 9- uuuuuu a o l Illlii I S£9- I 9l - 589- li 1 IIIIII 09 9- Zb 9- £0 L- `+w I ulllul £0 L- 00 L- 1Z'- 00 L- in a91 L- o f7 7f f f CO X DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B X sa�was buuaawbu3 jo 4uG.Poda4 x S 31 JN�IFJ33N1�JN3 �� 30 Z) SNOUO3S SSOJO 3943a(I x o�=p I1SI21H9 Sl1d21O� la )IlIS X o 03�o Himun o X al L` Q o aa 'a '3 'e 'd sbAId vNlavw 3w � �d� �, m N011dltl]530 A9 'ON NOISIA3i1 N011dlil]S30 A9 'ON NOISIA3i1 Zb 9- S9 9- fiS 9- 00 L- 9L 9- 00 L- 86 9- 00 L- oo,- -00L- 00 L-7 00 - 00 L- - L- 9Z L- 0£L- 00 L- 611- - 6bL- I £0 L- 90 L- 06 L- 69'- K L- LO 1. o w a - * -=m o w oo a- pQ 0 - � 96 L-� o OO OQ E - 90 L- (n 6L L- Cl) 00 8-a� z a 00 mm 1O I- b6 L-" 00 -C��1,`I uliml 00 L- LZ L- LA II�III _ - _ - +�:MD �IIIIIIIII IIIIµyW'� o— OO L- 96 L- l£'- I,.�„il IIIIIIIIIIIuuI 00 L-e 00 L-e - O£L-e ulllul 00 L- 98 L- I LZ 8- I l£'- I',,,:11 alum £68- l6” o �,',..."d III - - - 1 - �'"°°." £l- - 1 +k+µ^ bL L l£'- 98 L- 8L 8- 00 fi- 01 L- 110'- L88-7 7 L98- f n o Hl8- h o L68- f in a 8681 0 CO X DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B X saowaS buuaawbu3 jo 4uawpoda4 www eN �a SDX31 x " (� 214�0 �) SN011�3S SSOJ� 3943 x UNIH99NION9 I1S121H9 snddoo JO ADD X sea:?, HimunM X a Q o aa 'a '3 'e 'd SHAHvNlavw 3wa �d� m N011dltl]530 A9 'ON NOISIA3i1 N011dlil]S30 A9 'ON NOISIA3i1 a a os o� o� I =o I "o "o I "o _ "o _ M v o o o a M'I a a a a (0 � CO N _ o = o x �m � o x w 6 III w w w w w E 11lulllll o a o� o� o y IIV�IIII I Ilhlllllllll � +;+:;, Ilhlllllllll) t°' 11161 I 161111111 rw,w m " e an - ° 0'U X DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B X _p saoi as 6uuaawbu3 jo 4uawpoda4 (C 30 l) Z (INV L 'SlIV 'OOV x SDX31 SN0003S SSO40 300340 x ONIH33NION3 11S1NH.O S/1d2100 la ,111.0F, HVHun X a E3)R ' '0 ' 'V S4dld VN14VW 30V�dd4 m � I NOI1dIN— A9 'ON NOI— N011dIi3— A9 ON NOISIA3i1 �o OL b- 00 S- £l - lo ZLS- LL 9Z S- LZ S- Zb S- 86 S- m - Zl S bl S 4b S rc lo' b0 9 ll' a j a 1 00 S-.'a _ LO S- a lo" Q669- Q OO S- Q S6 S- Q a OO S- O a ood- a 685- a 0 0 oo S- o 18'- 0 0e 0 oz s-e0 o• + � oo + bs C+ 0 N 7 6o s-j M - CO 9- n � �II z 099- m Zb 589- I OL Y"'� IIIIIIII _ 00 _ _ o..�' III�III61III �I Lo lo cl: ulllm l0'- —9- 00 VwVµ^� Illi µyW I o 1 ulum _ av CO X DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B X sa�was 6uuaawbu3 jo auawPoda4 (C 30 Z) Z ONb' L 'Slab' 'OOV S 31 x rJNIsd33NIrJN3 otlei — SN0003S SSObO 3003b0 _' x Nana 55 11SIdHO Snd�Oo to ),llo x Ngo 03" Himun Q L` z a a I )a 'a '3 'e 'v SdAld VNldVw AOVIdNd W N N011dltl]530 A9 ON N077N011dlil]S30 Ae 'ON NOISIA3i1 oo 8-o 11' 94 CO Zo 9- Ol 9- Z6 9- I ZZB- 00 L- L- 00 L-00 L 00 Io o'- o - 00 L- u10 L6 9- Io" l0" o0 L- - -oH -oH off 0 o w m o x m o Z69- I a la la I a 0 0 - � 0 �ili�llui 98'9- a 00 L- a 'o a ooL- a I m �umm 88 9- 00 L- C 00 L- C 00 L- 0 o o o uu � e6 s- a oo L-o LO — oo L-o m 00 L-o I� BB L-.I a B9 L-Q a B9 B9 L- 00 - ai - u~i 1� 1z 9Z L- ob L- b£L- LO L- OZ L- o L- a p le" m p 00 9 0 00 9 le" S Io oo If Z6 L- 0lo'a- Zo IL - lo 8- _ 84 L- 00 B-n ZO B- 90 H- wnl B- w, 1 - - - 11 LOb£eL- SSL- _ 1 VwVD CO X DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B X _p saowas buuaawbu3 �o 4uawpoda4 �� 30 0� Z 0N'd L 'Slab' '00V x 6B8€oo oaa SVX31 x " o, � de ow" °JNIFJ33NIrJN3 — SN0003S SSO40 300340 0 x IISINHO Snd2loo la ,filo X NV mn L` w��<= )R 'a '3 'e 'd s4IId vNl4vw 30vtd�4 NOI1dItl0530 A9 'ON NOISIA321 NOI1dIilOS30 A9 'ON NOISIA3i1 �a �o I Z69- 599- 659- OOL- 9L 9- 00 L- L- ool- 00 L- - LO L-o III 00 L- 11 o - 00 L-o 80 L- 9Z L- 0£L- 00 L- Lo L- I OL L- 6h L- £O L- 90 L- 06 L- 69 L- BZ L- III�II - SOL- - 8Z L- 008- 96 L- fo L- SS L- 00 B- 00 B- IIIIIIIM 6L 00 B- 00 B- 0 016 L- 0 l�l�l�ii oo L- 008- Q ££L- ool- o -- ool- 008- o - l£'- i 0 o o r uuuuu 00 L- 00 L- 96 L- l£' Illi a a 0 0 �m� OOL-pa _ OOL-pa - 0£L-' - `a III � I I F F IIA'lll N r� N � oo 66L- 006- I8 CO 618-�° 9l - 006- 006- BLL- z 4 Ol - LL 8- 698- LSL- Ll - / b09- I 699- j 619-o I 509-0 £09-� bZ9-o „i I 695- 8£S- I 905- 0 CO X DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B X sao!,oS 6wuaawbu3 ;o 3uawpoda4 'YET o�omp sdx3i (z Jo 1) i�v aav X �o. kotuoot�arv;,�s;efs..a — SN01103S SSObO 3043a(l x JNIa33NIJN3 I-LSINHS snaaoo so )110 _ x 3 Niumn x � a Q a a I V 'Cl '3 'a 'v Sa31d VNIMVA 33V]dAd o m NONdItlJ530 AB 3LW ON N0177 NONd1H-0 AB 31W 'ON NOISV311 - 9voo, L-o III III OZ L-0 8b L-o 90 8-o L- 8L L- 6S L- 00 8- ZO L- 9£L- 89 L- 66 L- ooLO L- £b L- 9L L- 09 - - 1111 ZZ L-ry S9 L-ry 96 L-ry - o0 8- SZ L- - IL L- 00 8- 00 8- IIIIIi����� 6L L- B- "�II11� L— IIIIII s -^a s -^a s -�a s -^a III 61i1111o1 69 L- Q o0 B- Q 008- Q 008- Q m -_ LS L- a o08- a 98 L- a O0L- a m uuuum LL L- O 00 B- : 00 8- 0 III IµyW SLL-or OOB-or 008-0� 00 H- Wll 11 - 11611 _ - fA - - - s6L ooB oo ooa o. 16 L- oo e- oo e- o 000 B- _ oo e- oo a- a- 11111 , o � =pmo o m o ry o � w a w N a a o I w E V6 L- k oo e- k oo a I r r o r o r _ w x x o x a x w m m I w I w o < Um Um I w m 0 0 �m ,V"I"V 86L L- 08- 00 00B- 8- 0 w r 0 G m ry a n a 00 8- 00 8- 00 8- COo ZB L- O 00 B- O 00 B-`O 00 16 L- OO B- 008- 00H- - - - - ¢ m J m oo I 1 06 9- I bZ L- Ob L- 90 L- VwVµ,) I 69 9-I 8l 9- bL S- SZS- dv CO X DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B X sao!,oS 6wuaawbu3 ;o 3uawpoda4 (Z 30 Z) c 'lib 'a4b x 'YET Dom- o daa SX31 zp�p momp — SNOI= SSO210 3043a(l JNIa3z X �oo��= 3NIJN3 llSINHO S!1�2100 3o J110 _ x Niumn � a a a I V 'Cl '3 'a 'v SMAId VNIMVA 33V]dAd o NONdItlJ530 AB 3LW ON N0177 NONd1H-0 AB 31W 'ON NOISV311 6 B- 0 1—LL 1 8-o s£ 8Z 9Z - +IIIII�UI098- 008- wllil��l�� va "uW m 0 m L IIIIIIIIIIHI zo B- F zv a- F IIIH'�II ssr � az a- G - - o n 11 1161H'IIIIII -- �a T a u6ll - CO y oo e- 00 8- 60 H- m a a v I a a w w 0 o E a a p�p m 008- F 08- 0 - m < x x m in m I w - Q) CO o' 0 00 B- 00 8- 1 oo ol - Vil,... 19 L- 611- CO l - I,.O X DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B APPENDIX .2 USACE LETTER OF PERMISSION DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DEPARTMENT OF THE ARMY 41.S.ARMY CORPS of ENGINEERS,,GALVESTON DISTRICT 6151 FLYNN PARKWAY,SUITE 306 CORPUS CHRISTI,TEXAS 78411 February 14, 2028 Carpus Christi Regulatory Field Office SUBJECT: Permit SWC-1996-00169; Letter of Permission Mr, ,Jeffrey Edmunds City of Corpus Christi P.C. Box 9,277 Corpus Christi, Texas 78469--9277 Dear Mr. Edmunds: This is in reference to your request„ dated October 19, 2021, submitted on your behalf by Perennial Environmental Services, LLC„ to conduct work associated with reconstruction and replacement of boat docks/slips for an active marina. The project i located in Corpus Christi Bay, within the Corpus Christi Marina at Cooper's Alley, Lawrence Street, and People's Street„ in. Corpus Christi„ Nueces County, Texas. Your request is approved by this Letter of Permission (LOP) pursuant to Section 10 of the Rivers and Harbors Act of 1899. The work and structures will consist of demolishing and rebuilding Docks A, B, C, D, and L. The pier-rebuild will result in the replacement of 44,804 square feet of floating wood dock with new floating concrete dock. The new Concrete dock will essentially match the footprint of the existing wooden docks, with minor adjustments to the slip sizes and finger-pier alignments„ and slight adjustments to the ends of Dock A and C to allign with the ends of Dock IB and D. The Project also includes replacing the '`pod' configuration at the entry to Dock L. The 'pod' portion by the entry to Deck L will be a fixed wood dock„ and the remainder of Dock L will consist of floating concrete dock. The overalls square footage of structures placed within marina wasters will essentially remain unchanged; however, the number of slips will decrease by 2.0. In addition, approximately 101 steel pipe pilings will be installed during the rebuild to replace the wood pilings that currently support (or previously supported) Docks A, B, C, D, and L. The steel pilings will not exceed 60 feet in length and will be driven to a maximum depth of 88 feet below the mud line. Furthermore, approximately 100 wood pilings, not to exceed 46 feet in length„ will be installed during construction of the `pod" configuration entry at Dock. L. Wood pilings will be driven to a maximum depth of 88 feet below the mud line. All steel pilings associated with Docks A, B, C, D, and L (floating concrete portion) will be driven utilizing the vibratory hammer method, while wood pilings associated with the fixed portion of Dock L will be installed via a drop hammer or diesel DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B -2- hammer to prevent damage that typically results when a vibratory clamp is used to secure a wooden piling. All work is to be performed in accordance with the enclosed plans in nine sheets, Appendix A: Avoidance Protocol for Endangered Species in three sheets, and the LOP permit general conditions. The time limit for completing the work authorized ends on December 31, 2023. If you find that you need more time to complete the authorized activity, submit your request for a time extension to this office for consideration at least one month before the above date is reached. The following special conditions have been added to your authorization: 1. The permittee understands and agrees that, if future operations by the United States require the removal'„ relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2, When structures or work authorized by this permit are determined by the District Engineer to have become abandoned, obstructive to navigation or cease to be used for the purpose for which they were permitted, such structures or other work must be removed', the area cleared of all obstructions, and written notice given to the Corps of Engineers, Galveston District, Regulatory (Division,, Corpus Christi Field Office by electronic mail (email) at CES" GRe. uiatoInbox USAC E.Arm J ill within 30 days of completion. 3. The permittee muist install and maintain, at the permittee's expense, any Safety (Nights, signs and signals required by U.S. Coast Guard, through regulations or otherwise„ on the permittee's fixed structures. To receive a U.S. Coast Guard Private Aids to Navigation marking determination, at no later than 30 days prior to installation of any fixed structures in navigable waters and/or prior to installation of any floating private aids to navigation, you are required to contact the Eighth Coast Guard District (dpw), bgg Poydras St., Suite 1230, New Orleans, LA 70133, (504) 671-2323 or via email to: D8oan TGN .usC .mil. For general information related to Private Aids to Navigation please visit the Eighth Coast Guard District web site at: DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B _. htts://wvww atlanticarea use .rT-fll/ iistric�t-8/District- CDivisions/W"aterways/PA ON/ 4. /this Corps permit does not authorize you to take an endangered species. In order to legally take a listed species, you mut have separate authorization under the ESA (e.g., an ESA section 10 permit, or a BO under ESA section 7, with"incidental take" (provisions with which you must comply).. The enclosed ,January 31, 2022, FWS letter of concurrence, the information contained in Appendix A, the December 28, 2022, informal consultation letter, and the ,January 11, 2028 NMFS letter of concurrence, contain conservation measures and terms and conditions to implement the reasonable and prudent measures that are necessary to assure that threatened and endangered species are not adversely affected. Failure to comply with the terms and conditions would constitute non-compliance with your Corps permit. However, the FWS and/or NMFS are the appropriate authorities to determine compliance with the terms and conditions of their letters of concurrence, and with the ESA. For further clarification on this point, you should' contact the FWS and/or NMFS. Should the FWS and/or NMFS determine that the conditions of the letter of concurrence have been violated, normally the FWS and/or NMFS will enforce the violation of the ESA or refer the matter to the Department of,Justice. If you object to the work authorized or the teras and conditions of this LVDP, you may request that the LOP be modified (in accordance with 88 CFR 881.8). To object, you must submit a copy of the completed Reque=st for Appeal (RFA) form to the [District Engineer (DE) at the letterhead address, located/ at the top of this letter. Your objections must be received by the DE within 68 days of the date of this notice, noting the NAP date is considered day 1, or you will forfeit your right to appeal the LOP in the future. It is not necessary to submit an RFA form to this office if you accept the LOP"s terms and conditions. If, after review by the DE„ you are still unsatisfied with the LDP because of certain terms and conditions therein, you may appeal under the Corps of Engineers Administrative Appeal Process by completing Section II of the attached RFA form and Sending it to the following address: DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B -4- Mr. Jamie Hyslop Administrative Appeals Review Officer Southwestern Division USAGE (CESW -PC-O) J.S. Army Corps of Engineers 1100 Commerce Street, Suite 831 Dallas„ Texas 75242-181'7 Telephone: 469-216-8324 Email: Jamie.r.h slo usace.arm .mil This LOP does not address nor include any consideration for geographic jurisdiction on aquatic resources and shall not be interpreted as such. If you have ,any questions, please contact Matthew Kimmel by electronic mail (email) Matthew.L.Kimmel LISACE.Arm .Mol or by telephone at 381-914-5847 ext. 1992. Please notify the Galveston District Regulatory Division Corpus Christi Field Office in writing by email at CESW''ORe ulato lnbox USACE.Arm .Mil, upon completion of the authorized project. FOR THE DISTRICT COMMANDER: ristie A. food Supervisor Corpus Christi Regulatory Field Office cc w/Enols. Mr. Josh Melnar, Perennial Environmental Services, LLC Eighth Coast Guard (District, New Orleans, LA National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Coast & Geodetic Survey, Silver Spring, MD Texas General Land Office DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B PERIM rTIED PLANS r r J E160,hrll1G,9t-�"" G'JMSf '-.'e0"['1I.0 C»w 4?' 6M� «r �umti 4 P,fn Ari",:t F " ryE I. Nal [ ff of"Pr.n .^ Corpus Chrisli Ito Review Area w WYV° V 27.7921 7 NI r ,97.3 89664 V" —f IvE':ktlM Y�.N -4 )A'I Y I" bll� 1.kkY ,I �na, Tr� q,l 1.1 tf I I r- 0, 1,000 2,00O 3, Feet p1EEE almhn 00 4,000 5,000 Ir�k�ll6r�rf't rl I�J��J�,e�� DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B FIERWY rED PLANS MM. 11996,rrr 169 Slhe et 2 aur v O 7 � R � . �;i1J✓ii�M" �+���r�iR w r i � � st��arwi� �� �i ��� >��it ���� �rm/�r!/r r %Ry��; w%.. .✓LW��; h�( of � ,� ��'� � �i�,y f � % ;� ?�p,�i:'i ✓%%,",yi:', y ✓ .. �' exu i r.,, '..%rli/l ri r�r�� /i,r�: % ,;:,//��%,?/r,;r�',�l✓l�a..r,. G.' d'd, ?"1 r r�",: r � ..��, dur,..r. /I/�;/�1,.r ;;�..�� o � �� �hJI��Ii/I�/p� ;,�y al t �, �7IYA "'lj'� %/J�f�f; r�////�/��/ ,,,, ,//lrI/� f�r�(rJJnyy�Ii !/// /J, ,�r,/�✓r, ;��/la' ` ,�„ l//��������������'�F � `� /.��r� ry�, (✓ r��✓l�"I�, :ISI��) "'��/"1�/r f��i � r�Y� V�� ���/,%%I� �,. v ,;!/ !( r r,.r,: t�� �f%���I(���w� (�� ,✓l�iai��Gr//i A��lu%�� �r/�I' ,, r �'&!f Alto 6Z i/ rf ,✓ r, ,; � f /l/ / i/ ��i i r. /i/� ��� Ili �,f/,,� r,ri,, z , i � ✓//, / / /f � r�/� 9 /// l l,% //�/����� ���/ ��,��� ,nor „r, i /..,�� .. � ;,. � �✓� � // � �l I�.� !�r ,_. .,n,��,,.,..,o � ...... �Wit �. ��ui l�+try /; � � I, � � /�� ��I � � �r...: � � / / ;....l�✓��/p/,., ! 1, rr � � �� f �/.� � 1. �, /✓ ,�/� > /�i of r, � „r ,, � /r✓✓/rl� �i� /, a .. �, �. ✓ �l/ii ii �i/ ,Ili Fill r.lrr t ,.:, r✓i ' �� �� /, ,�,"P/�� ✓�r�/„/�, i� r„rl( ���f, �,it &. ,,,, ,. �,, � m, ,( 1, ✓. — 1 i �.. e,,,� .r// �.�/r.� ��% �1/�J.�;�l� �.. , Phu 11', 1 �. l� "��-. �� r ,//. r�i✓ /r „r 17 „q„i L��✓��� /" ,,, i �r % r .. �ir/fir / it �1� r� ;; /�'�,� I�i p� � „�,. ti�”- ,��/���/�s �.,.�.. �� �1� � � �N ,r//:,,� ✓v or/�, s,� �v� xnr 1 !� �_ r ',v ,l/�� ;a7 ,� �� %i.�✓/ :^ /�/�� ar �i/ / t „,'fi-r,�„yr. :Yd ti� Jl(%7/l� rr////�✓� rGr/0��/ iJr P, 1 71 1 rip {7 � ,�er ga.rl xmf3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B PERIARMTED RAINS nit ;rI.l; a 4 rc✓, 7 1 i n _ f ulk l„ a.N V5 b N�✓r r t�+hrrf� � Po„�11i:rci, �� f4101 r vi a' j �f n it s ry f Y�.',i ,"i FpJ,' (r �r�! �✓'�L,TiC Yn4.�.. .v . ,w n =,_...v /? c.. Y. ry; v wr DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B '^1*tVG, 6 018-001,6x4SN0 4 u'aV'"M n:,1x:. 10,11 c. ri g ;t Y f I a✓ i. n- Y " iry nrr�v ur. + n VCFrY ,bnn v eh rvr x �AH A)l - r or:wr,�Ciwa p wmw esau nw i+ry .w nnw rem�www+»wew, n�" i v. 1 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B I'1°E:' 'mirr"w PLAINS S 1A US u n. A • r xl I;I + f r l� � dart f e 1 y o k a w f n .. Y' / Lr t.d DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B PERINWirrElD PRAMS S GS'>-0001 9 Sh o re r of W a „c 1 n 1 l4 441 m w� r Ed A C", ti � I j f l � h DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 1 wNann hr Fuad a�rwxn�r�r zmz w�Y � C ...... �71 y��AMD —�LANII JM U ,r 14 x 'a w Y IN' t f .. 16 fw ..., ....... w _ .a, Nor wixv 6f,(:YrgM DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B P1E1R m'ED PLAN q ,f tiS re a aha M xb ff ruu�.,r mxa td a. f_LLYC�� ,r�.GFfiL4L. I Al w k,rwM, T, T I t ^ lri.,.11 MP, r. ., ir tlh, 1FQPM, DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B norR irwrrito PiANs `r _. ,,.., ,�.�.... ..,`'. 1m l a ua , orra >a Zk e'ei;ra mn,,rarer 77 _..... j � p^• g� C`'M�'i'$rti may 1 ���' '( � ��-V„� � i " n Cuhrid^.r..�'wHk... i'da!"6 rte Wo u n DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B mFmrr'rE1D PLANS Bellingham MOM M I^ •. "TOP GM PILL,ILL. 13.0'NAWED 88u:(wak�N�z 45W.SE0.'A iJa'raFN II9F'FP II�t.7 AlrfVFl:f)aF��(�fd C.RI}EF`a AArhFYF'u1N.fE CS`' mnj Nvb.p Wr 1 I.—op"d 830 MVN1(%Ml' 0:5 ax—F wuv. �^ 9 4 A—,p"-1 AK N. •• oww.�.e amraurr wrWnrl war i�r, ' • p N W"I DI t.x SaipM7"IIicW b,II M.6.'. mw UrpuMdl Gu k��pn wuwim r+fa.P.ai 4nti la nn.rtriniv wn�u.a.�araae.�md�..�pvb a rra�uuu�rm ia�„au..q)to m vawux�'i� d r;iira-X,1NµN 1� or;�w�@Twet Nrdi Yyau•..P/°xtlh a�'pP.91ClfRy�%91 n�aivd;p Vllu{, 1 �w-@17"U Rarw'.fmroiAti .. x+col.1rv:9rA lfpnP Ylw'41h,7401 lar --IMI n rr�. 1 ova„y' iYC a U nNfrv+.vm�w as 1 8 0 r-1 « 1 I�mr'u�4 ddV 16'IPiMrci�,-0II M7—AO �Ea(P61�t4"1EN IE:�1.,f-p 1(D,fD`WtAVL78'N� 1 �h ral ww rmr dt h le an...r auiq vaa � a�MaD rrru aatla rwi��w�umr,ar��sw�amv� 4ara la,a�n r��oti�n. . 14;��,.... �91�iY'�r'� F urate LLI t/Y'C.U)a. V) " < Z aC CA7 6L Luta m OL E-17L - P ,.,.._.. .... .......---- t#t,)FIOM OF PRE Et„ -�4'7C7'NAVD 88 I LII"AL LlE NGi IH OL,PILE.,L _,60' �. va ry 579,1 ..._...._.._ _.._._... 2 16 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SWC-1'995-09159 Appendix X Avoidance Protocol for Endangered Species The following Best Management Practices shall be incorporated in the project to ensure avoidance of the West Indian manatee (Trichechus manatus): - Project construction and operations employees will be advised'! that manatees may approach the proposed project area. - Provide materials, such as a poster, to assist in identifying the mammal. - Contact the U.S. Fish and Wildlife Service and the Texas Marine Mammal Stranding Network if a manatee is sighted. Contact the Service at 361-533-6765. The TMMSN hotline number is 800-962- 6625. Any collision with and/or injury to a manatee shall be reported immediately to the Texas Marine Mammal Stranding Network and to the U.S. Fish and Wildlife Service. - The permittee will instruct all personnel associated with the project of the potential presence of manatees and the need to avoid collisions with manatees. All construction personnel are responsible for observing water related activities for the presence of manatee(s). Employees should be instructed not to feed or water the animal. The permittee will advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing manatees, which are protected under the Marine Mammal Protection Act of 1972 and the Endangered Species Act of 1973. Siltation barriers shall be made of material in which manatees cannot become entangled, are properly secured, and are regularly monitored to avoid manatee entrapment. Barriers must not block manatee entry to or exit from essential habitat. If manatee(s) are seen within 100 yards (91 meters) of the active daily construction/dredging operation or vessel movement, all appropriate precautions shall be implemented to ensure protection of the manatee. These precautions shall include the operation of all moving equipment no closer than 50 feet (15 meters) to a manatee. Operation of any equipment closer than 50 feet to a manatee shafl necessitate immediate shutdown of that equipment. Activities will not resume until the manatee(s) has departed the project areas of its own volition. Sheet 1 of 3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 5 G-1'99'6-X10169 Appendix A: sheet 2 of 3 W te% s t I n is n M a i a t te te-, call USFWS (361) 533- 765 and Tx Marine Mammal Stranding Network (800) 962-6625 � Ury f r r �Y r F IhI y )qIII I I I Y1 rl ri F+ ' 510 Call*,-Tim s • Manatees are slow-moving marine mammals that can reach 9 feet in length and Weigh up to 1,0100 pounds. • (Contact the U.S. Fish and Wildlife Service and the Texas ('urine Mammal Stranding Network if a manatee is sighted. • Any collision with and/or injury to a manatee shalll be reported immediately to, the USF' S and TMIMSN. • Ido net feed or waiter the animal. • Siltation barriers must be made of materials that Will net entangle manatees and must be monitored regularly for entrapment. If a manatee approaches within 50 feet, all vessels and moving equipment must be immediately shutdown n until the manatee departs on its own volition. There are civil il and criminal penalties for harming, harassing, or killing manatees, which are protected) under the Marine Mammal Protection pct of 1972 and the Endangered Species Act of 1973. DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B S'W ,14m<3@h-00169 Appendix A:Sluted 3 of 3 � Sea Turtles, W-viri a Mammals, and m �s,t V-% M r sare JProtected Species WRAF TO DO IF A PROTECTED ANIMAL NEEDS HELP Report injured, dead, or beached sea turtles to 1-866-TURTLE-5 (1-866-887-85,35). A wildlife professional In your area will,respond. Sr encuentra tvrtu as marinas heridas,muertas o varadas reporte at 1-866-887-8535. Un profesr'onat de to vffda sfftvestre en su area to responders. If you catch a :sea turtle call 1-866-TURTLE-5. Keep hands away from the turtle's mouth;and flippers. Use a net or lift the turtle by the shell to land. Do NOT lift or pull the turtle by the Ilene. If the turtle is too large to net/lift,try to walk it to share. Keep the turtle out of direct sunlight and cover the shell with adamp towel to keep cooll,untill help arrives. Report nesting sea turtles to 361-949.8173 ext. 226, Do not approach nesting turtles, route vehicles and people away ffrorm the area.. Report injured lards to: Amos rehabilitation veep(Port Aransas) 361-749-6793 Texas State Aquarium(Corpus Christi)361-881-1210 Texas Sealite Center(Corpus Christi) 361-6891-4023 Please minimize further Stress to injured birds by routing vehicles and people away Report dead or injured dolphins or whales to: Texas Marine Marnrmal Stranding Network at 1-800-9-MAfullt'w'tAL(1-80101-962-6626) The Endangered Species Act of 1979,time Madne Mammal Protection Act of 1.972,and the Migratory Bird Treaty Act of 1918 prohibits catching or attempting to catch,handling,or harming sea turtles,most birds,and marine mammals. V'iolYators may be fined, It you witness a violation please call'a beach official or operation Game NuezC4 60vnar Thief at 1-800-792-GAIh{Rli. •, ,�;` mSa@'Parkz DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Conditions for Letterofilertnissiow Ocricr.al Conditions: 1, 1'he tuna: Oirat it pin,cotnplcting rho active ily authooi/ed1 ends on 31 December 2027, 11`ysnn pend that wdan need mia:ore time to complete the:uithorex+daetivii+.saidnmitwourregme.4for,tgirnwQmcnu ion tothis office pilo'Considerationat least one ntorrth beliare the athowe date is reached 1. You rnns't maintain the activity sawhoras+ed by this permit in good condition and in confonnnancc: with the tenors and conditions of this pdnnit. YOU nrenot t'e ic,vrd ofthis requirement 0)otu abauidon the pennittcd activity, afthouoA you unrJny°make at good flans trwisl�,r'to a third party in coampiliwice wi fa 4.6emcnal C onalu"tion 4 bdow, Should you wish to cease to maintain the authori/ed activity or should you dlesorc to abnrndon it wntf ui a good tailh tnam:,iwr, you tnuast ohtanta 2;a rnodificaation ofthis pcttntrd:fdorn this oflicc, which may requiree resloratadan of'tbe arca �. It' you discover any previously unknown historic w:ar a aacheolsaptacat remains while accomplishing, the activity authorized by this pennit, yon out's imrmiediatcl} nofflj)this office of what you have l6urndt. WQ will initiate the Federal and stye c^oordinaatiorn redpn'ircd to detenuninc if the renains wan-wit au recovery effort or it the site is e,digiblc for listing;in the Nadonall Regimerof flistonic Places. 1 1f yciva sell the properly tansoc iatcd with this Penn it, you must obtain the supnatnare of the new owmen in the space provided and Ibrwward a earl>y of the pemmrk tdi this diffnc;e to wandate ihen transfer ot`this anl.hori/atidwn. 5.. 1 f conditioned)water quality cert ifieamion puna;been issued lair your project, you muusl comply with the Condit ion's sp�nccitlied in the certification as speci.,d conditions to this pnernnat. 1 nor lourctarnve^�uujcne�a cdnp srftlnc certiticltd:icntn is attached ifnt contains such conditions. Ce. You um,,t allo%vrepresantatives Bonn this off c:eto inspect Che anthorircdlnctawtty al any timedeerne;dl nuecessryto ensure drat it is being or has becri accompIish�ed in accc)r&nce with the tertms and eondlitioi,s safyour p.nnrit. Speciap Conditions: "yes Authorization Litter I'uarther 1nkir maation 1 Congressional lludw ilius: You have,been authorized to undertake than activity described above pxtursnrwit td:o: (X) erection 10 def't,he Rivers wird Harbor,,;Act of 189,9(33 11 SC.: 403), Section 404 ofthds Clean Water flet (33 U1 C. 1344), f d Sedion 103 ofthe lvlaa.r'inne Protc;ction. hesearcli wand Sanctuaries Aci of 1972(33 l i S.C, 1413'). 2. I,irnnts of this anthori/ation. a., 1'his pennii dtws not obviate the need)to obtain oft wr l ederaL state or locat aulh�oriratucwns recImired bl law, ln. This pvnnn'it does not grauat property riglits or exclusive privileges, C, This pvmnii dloesnot aatalia,rrire any injury to nluc ptopetty or rights o[others. c1, his permit dloes�non malnd:uraize imcr'f6ernec with Canny exiting or proposeaa 1 cdcra.l prtrpec't. ENG ["ORM 172f, NOV 86 1'l:)1 ION O SEP 82 1S OBSO LI."'fll. (33 (TR R i25a(Appendix )) DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 3, Lifnits ofodcral Liabifily 41 iSSUMg thi'S 1101111iL IfiC FC(ICTIII(.iMCf1lJHdIt LIOCSMOI WIN' liabihiv I6r the lollowirlg� ,'L Danaaagestootlacnhrennilted,projectorusesthereolaas2aresultofotherpcnnittudoraurwpeatuitpadaactivitac or from nalm-al causes, b�. Darnagesto,tile petmitied proJect or uses fficreofastau result 4current or fulure activities underlaken by or on behaIl'ofthe Un ited State,,,,in the public interest. c, Damagesto ficr-srolts, property or to officr pLmnitted or unpeardued activities or sinicturcs caused bs,tire actn it y authorized by this PC ITI)il. d, Design or consInIction deficimcics associated with UIC PCM01ted work. e, Dainage chainus associated widl an) Nature atodil IIC811MSUSPOISi011 W revocation ofthis ponnit. 4. Rdiari"on Applicarlm',,;Data: The k1denilination of this office flial is"L'umce ofthis 1;,mniit is not Contrary to the public interest was made in R-ChilnU 011 the illt'01TI11,1000)1'NU PrOViLICLI. 5�. RQQx,a I u at ion of PenTlit I kC is ion: III is,office arae reevalliate its decision on this permit at my I imc the circunisuatces warrant. C'ifCU1rTI5tanccs that coidd ret uire a reevaluation include,.,haul are not,filnitcd to.the R-Alowing: a. You I'ai I to comp I y witli the ten ns,md condhions orchis Penn it. h. flan in fimnation provi d ed by yot I it) Support of your penit it app I ical it m:pn,m es to,have heon fake incoilipletc or inacomite(See 4 above), c., Significant tie%v intimnation surfaces, which this office dict m If con'sidet in reachir I g the original JAI b he interest decision, Such a reevaluation may result in ,,I determination Illal it in appropriwe to use that suspension, modification and revocation Procedures conlained in 33 CYR 325,7<)I-enforcancrit Procedures such as those Contained in 33 CTR 3266 and 326,5, Ibe reRn-ericcd LlItim-cepneril procedItres,provide for tile i.ssumce of eau order requiring,you to Conply with the, tennis and conditions ofyour pennit and for flw, initiation oflegat actim MIcre appropriate, You wiil be required to pay t'(,)F my cor-rective meast-tres ordered by this office, mad if)ou Ul w comply wiflt such directive, this office may in ectlairi situations istich a,those specified in 33 CFR 209,170) accoruplish the corrective measures by contract or offierwise and bill)ou florthe cost, 6- I-Atoisions: (iorcrA condition I cstabiishes a 0111c, firnit Im the compiction of'the activity amho6zed by this permit, Unless there are Circurnstwices requiring either as prompt, cofnpletion of the authorized aklivity, or a reevahiatrion offfic pubfic intcre"'I decision,tile Corps "Jil nonnafiy gtvc Ilivorable consider-wion to a request I'm art extension of time fiTnit. Whcn the ,'IniCtures or "oak authorized by Ods lictinir are still in existence at the tine the prolvily is Iransrarcd. ille terrns anci Conditions of this permit will confinue to he finding on the new owncrt,$)of'the Property, to validate the transit r of this penitit wid the associatcd liabili0es, associated with comptimee wall its temis mid Qorldiliorl", ha%,c the sign inid tLilc behm 0 R,IA'Sh kR FE 11rintedNaawi Signamr-c') 0 faadin stchjPvw,v FA(li FOWN/I 1721, NOV 86 FANTION OF SEII 82 IS OBS(I)LETE (33(TR 325(Appendix A)) DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B I i /,; //ii/ / % ,,, ,,,/ r////// /iii r✓iii/ rrrr% //iii/%, %,/Gr,,, r� . .I.ican�t: 'it .._.. _.. _. .. �G-199c _-..�)f_._I_C.d 7�a._t.t2 3 _..:: I ela I Attached is: See. Section below I I�F�C�I I I, I l� I'h. � ..... _... ..�_._ ....��. .. INITIAL Iia �I�MII I`(St�and�ard Permit car I etter ofd en-nis�,rc�r�.)..... A .. ..__.._.....'I ( IIIC ' IMI ( wtaderdPermit or Letter )i tr_tr...._f_s_�_It_ �. ... PERMIT I�Ii 000uSign Envelope |o:A8008A7E-oco4-487 c4o SECTION 11 -R.EQUEST FOR APPEAL or OBJECTIONS TO AN INITIAL PROFFERED PERMIT REASONS FOR APPEAL OR OB.1[-,(`VIONS: Mescribe your reasons for appealing the decision or your obJections to an initial prollered permil in clear conci,,w statements. YOU May auach additiOnal inforMatiOn to this form toclarify where your reasons or obJections are addressed in the administrative record.) AI.X)ITIONAU, I NFORMATION: "rhe appeal is litriked to a review of the administrative record, the Corps memorandum for tile record of tile appeal conference or meeting,and any supplemental infortnation that the review offlicer has determined is needed to clarify the administrative record.Neither the appeflant nor the Corps may add new, information or analyses to the recor(j. I-lowever., lou may provide additional inforplation,to clari�, the location of information that is alread� in the administrafive record, PQ I INT OF CONTACTiFOR NS OR,INIFORMATION: QPFE If ou have questions regarding this decision and/or the I fvol',0 nly have questions regarding the appeal process you may also appeal process you may contact: contact: U,S. Army Corps of Engineers Sokoh%ves1cm Division((TSWD-PD-()) 5 15 1 Flynn Parkway, Suite 306 l�-S. Arn,iy Corps of FnglinecrsCorpus Christ i,Texas 784 1 1-4 3 18 1100 Conitnerce Strom Suitc 831 | 36 1-8 14-5847 ext, 1002 Dallas. Fexas75242-1317 Phorie� 469-216-8324 RIGHTOF ENTRY� Your signature below grants the right ofentry to Corps oflEngineers personne�,arid any governn'lew consullants,to conduct invesligations ofthe project site during the course ofthe appeall process. You will be provided a 15 day notice of any site investigation,and will have the 0J)POTILMity W Participate in all site investigations. Date: 'Felephone number: isi.liatLil-eoI',aLLellant,ot-ai,etit., | / ' DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B APPENDIX - 3. WEST INDIAN MANATEE DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B SWC-1'995-09159 Appendix X Avoidance Protocol for Endangered Species The following Best Management Practices shall be incorporated in the project to ensure avoidance of the West Indian manatee (Trichechus manatus): - Project construction and operations employees will be advised'! that manatees may approach the proposed project area. - Provide materials, such as a poster, to assist in identifying the mammal. - Contact the U.S. Fish and Wildlife Service and the Texas Marine Mammal Stranding Network if a manatee is sighted. Contact the Service at 361-533-6765. The TMMSN hotline number is 800-962- 6625. Any collision with and/or injury to a manatee shall be reported immediately to the Texas Marine Mammal Stranding Network and to the U.S. Fish and Wildlife Service. - The permittee will instruct all personnel associated with the project of the potential presence of manatees and the need to avoid collisions with manatees. All construction personnel are responsible for observing water related activities for the presence of manatee(s). Employees should be instructed not to feed or water the animal. The permittee will advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing manatees, which are protected under the Marine Mammal Protection Act of 1972 and the Endangered Species Act of 1973. Siltation barriers shall be made of material in which manatees cannot become entangled, are properly secured, and are regularly monitored to avoid manatee entrapment. Barriers must not block manatee entry to or exit from essential habitat. If manatee(s) are seen within 100 yards (91 meters) of the active daily construction/dredging operation or vessel movement, all appropriate precautions shall be implemented to ensure protection of the manatee. These precautions shall include the operation of all moving equipment no closer than 50 feet (15 meters) to a manatee. Operation of any equipment closer than 50 feet to a manatee shafl necessitate immediate shutdown of that equipment. Activities will not resume until the manatee(s) has departed the project areas of its own volition. Sheet 1 of 3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 5 G-1'99'6-X10169 Appendix A: sheet 2 of 3 W te% s t I n is n M a i a t te te-, call USFWS (361) 533- 765 and Tx Marine Mammal Stranding Network (800) 962-6625 � Ury f r r �Y r F IhI y )qIII I I I Y1 rl ri F+ ' 510 Call*,-Tim s • Manatees are slow-moving marine mammals that can reach 9 feet in length and Weigh up to 1,0100 pounds. • (Contact the U.S. Fish and Wildlife Service and the Texas ('urine Mammal Stranding Network if a manatee is sighted. • Any collision with and/or injury to a manatee shalll be reported immediately to, the USF' S and TMIMSN. • Ido net feed or waiter the animal. • Siltation barriers must be made of materials that Will net entangle manatees and must be monitored regularly for entrapment. If a manatee approaches within 50 feet, all vessels and moving equipment must be immediately shutdown n until the manatee departs on its own volition. There are civil il and criminal penalties for harming, harassing, or killing manatees, which are protected) under the Marine Mammal Protection pct of 1972 and the Endangered Species Act of 1973. DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B APPENDIX 3.4 SEA TURTLES., MARINE MAMIMAL , AND MOST BIRDS DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B The following BIVIPs shall be incorporated into the project: Project construction and operations employees will be instructed not to approach, feed or water protected species (turtles). Nesting,injured or cold stunned sea turtles will be reported to the Texas Sea Turtle Stranding and Salvage Network at 361-949-8173 ext. 226 (this is at Padre Island National Seashore), or the hotline number 866-887-8535 (866-TURTLES). Materials or equipment to be staged on site would be limited to adjacent upland areas. Employees will be provided'materials,such as a poster, to assist in identifying the species. The permittee will instruct all personnel associated with,the project of the potential presence of the various sea turtle species and the need to avoid collisions with them. All construction personnel are responsible for observing water-related activities for the presence of turtle(s). The permittee will advise all construction personnel that there are civil and criminal penalties for harming, harassing,or killing sea turtles,which are protected under the Endangered Species Act of 1973, Siltation, barriers shall be made of material in which sea turtles cannot become entangled, are properly secured, and are regularly monitored to avoid entrapment. Barriers must not block sea turtle entry to or exit from essential habitat. If sea turtles(s) are seen within 100,yards (91 meters) of the active daily construction operation or vessel movement, all appropriate precautions shall be implemented to ensure protection of the sea turtles. These precautions shall include the operation of all moving equipment no closer than 50 feet (15 meters) to a sea turtle. Operation of any equipment closer than 50 feet to a sea turtle shall necessitate immediate shutdown of that equipment..Activities will not resume until the sea turtle(s)has departed the project areas of its own volition. DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B S'W ,14m<3@h-00169 Appendix A:Sluted 3 of 3 � Sea Turtles, W-viri a Mammals, and m �s,t V-% M r sare JProtected Species WRAF TO DO IF A PROTECTED ANIMAL NEEDS HELP Report injured, dead, or beached sea turtles to 1-866-TURTLE-5 (1-866-887-85,35). A wildlife professional In your area will,respond. Sr encuentra tvrtu as marinas heridas,muertas o varadas reporte at 1-866-887-8535. Un profesr'onat de to vffda sfftvestre en su area to responders. If you catch a :sea turtle call 1-866-TURTLE-5. Keep hands away from the turtle's mouth;and flippers. Use a net or lift the turtle by the shell to land. Do NOT lift or pull the turtle by the Ilene. If the turtle is too large to net/lift,try to walk it to share. Keep the turtle out of direct sunlight and cover the shell with adamp towel to keep cooll,untill help arrives. Report nesting sea turtles to 361-949.8173 ext. 226, Do not approach nesting turtles, route vehicles and people away ffrorm the area.. Report injured lards to: Amos rehabilitation veep(Port Aransas) 361-749-6793 Texas State Aquarium(Corpus Christi)361-881-1210 Texas Sealite Center(Corpus Christi) 361-6891-4023 Please minimize further Stress to injured birds by routing vehicles and people away Report dead or injured dolphins or whales to: Texas Marine Marnrmal Stranding Network at 1-800-9-MAfullt'w'tAL(1-80101-962-6626) The Endangered Species Act of 1979,time Madne Mammal Protection Act of 1.972,and the Migratory Bird Treaty Act of 1918 prohibits catching or attempting to catch,handling,or harming sea turtles,most birds,and marine mammals. V'iolYators may be fined, It you witness a violation please call'a beach official or operation Game NuezC4 60vnar Thief at 1-800-792-GAIh{Rli. •, ,�;` mSa@'Parkz DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B APPENDIX - 4 TXDOT BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: 1. The Barricade and Construction Standard Sheets (BC sheets) are intended �o to show typical examples for placement of temporary traffic control °'L devices, construction pavement markings, and typical work zone signs. Od) The information contained in these sheets meet or exceed the requirements Zo . shown in the "Texas Monual on Uniform Traffic Control Devices" (TMUTCD). O O N L 0 7 3.} 2. The development and design of the Traffic Control Plan (TCP) is the o`o'- responsibility of the Engineer. Z• E +� 3. The Contractor may propose changes to the TCP that are signed and sealed -� by o licensed professional engineer for approval. The Engineer may develop, dy} sign and seal Contractor proposed changes. SOW OWL 4. The Contractor is responsible for installing and maintaining the traffic 0. control devices as shown in the plans. The Contractor may not move or change OCE the approximate location of any device without the approval of the Engineer. -0 0 L O'O T)S0 5. Geometric design of lane shifts and detours should, when possible, meet the moW applicable design criteria contained in manuals such as the American Wo- Association of State Highway and Transportation Officials (AASHTO), o0W "A Policy on Geometric Design of Highways and Streets, " the TxDOT "Roadway dam} Design Manual " or engineering judgment. •U L 0 4)L C>L 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC roc FINES DOUBLE, and other advance warning signs if the signing would be Do'- redundant and the work areas appear continuous to the motorists. If the dso adjacent project is completed first, the Contractor shall erect the >"oo necessary warning signs as shown on these sheets, the TCP sheets or as gnw directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be Ono revised to show appropriate work zone distance. TL C, 7. The Engineer may require duplicate warning signs on the median side of COG) divided highways where median width will permit and traffic volumes Lo,o justify the signing. '0O — X� +~D8. All signs shall be constructed in accordance with the details found in the ,D,LOO "Standard Highway Sign Designs for Texas, " latest edition. Sign details dDo not shown in this manual shall be shown in the plans or the Engineer shall =,0o. W DEW provide a detail to the Contractor before the sign is manufactured. QL•"- N�a� 9. The temporary traffic control devices shown in the illustrations of the o Yo BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. Where highway construction or maintenance work is being undertaken, other than mobile operations as defined by the Texas Manual on Uniform Traffic Control Devices, CSJ limit signs are required. CSJ limit signs are shown on BC(2). The OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in advance of the CSJ limits. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs shall be erected of or near the CSJ limits. For mobile operations, CSJ limit signs are not required. 11 . Traffic control devices should be in place only while work is actually in progress or a definite need exists. 12. The Engineer has the final decision on the location of all traffic control devices. SHEET 1 OF 29 13. Inactive equipment and work vehicles, including Traffic Safety workers' private vehicles must be parked away ,Texas Department of Transportation Standard from travel lanes. They should be as close to the right-of-way line as possible, or located behind o barrier or guardrail, or as approved BARRICADE AND CONSTRUCTION by the Engineer. GENERAL NOTES AND REQUIREMENTS BC ( 1 ) -21 TIES: Dcsm-21.cJgn — TxDOT H:TxDOT ow: TxDOT H:TxDOT ©TxDOT November 2002 CONT SECT Job HIGHWAY PEVISIONS w w 4-03 5-10 8-14 DIST COUNTY SHEET NO. a 9-07 7-13 7-21 C DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B WORKER SAFETY NOTES: N 0; 1. Workers on foot who are exposed to traffic or to construction equipment Zo within the right-of-way shall wear high-visibility safety apparel meeting COW the reuirements of ISEA "American National Standard for High-Visibility °W; q9 y 3+} Apparel, " or equivalent revisions, and labeled as ANSI 107-2004 standard oo'- performance for Class 2 or 3 risk exposure. Class 3 garments should be Zoo Considered for high traffic volume work areas or night time work. TL .+w o-c 2. Except in emergency situations, flogger stations shall be illuminated `D when flogging is used at night. S0 C 0 OW +10 O W O0.W L oCo COMPLIANT WORKZONE TRAFFIC CONTROL DEVICES Lv$ 1 . Only pre-qualified products shall be used. The "Compliant Work Zone 4)So Traffic Control Devices List" (CWZTCD) describes pre-qualified products 'mom and their sources. C + W.- oD oxd 2. Work zone traffic Control devices shall be compliant with the Manual for dam} Assessing safety Hardware (MASH). .O LW WWL +WO T W C D+•- O W 3:0 C « L W >O O ons THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT "- http://www.txdot.gov OC O LO O w IDLL COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) CC O W 04.0 woo DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) v 0 O L�+ MATERIAL PRODUCER LIST (MPL) TL 0.00 ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS) " Woo W"O+ STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) O E a W N N �I'-r TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) v v+ N C o Yo TRAFFIC ENGINEERING STANDARD SHEETS SHEET 2 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BC ( 1 ) -21 FIE bcsm-21.cign — TxDOT H:TOOT ow: TXDOT H:TxDOT ©TxDOT November 2002 CONT SECT Job HIGHWAY PEVISIoNS w w 4-03 5-10 1-14 ¢� 9-07 7-13 7-21 DIST couNTv SHEET No. C DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B a * o m=� * * C a nOi* Cw C c C N 0;z' o V LN 1�!L •YI 0'L x c LOO O~y + of 5 off ❑u W d L •E � CO Q )k w w fi� N+ CUN go x w off U ; 0017 LL �' Q o+ } �o w O O N U 0 0+ V F O 0%- 0 Zw o ZYW��w ¢ � t fi x TL ... gLLo��C300 Y0 _O +w x O U-CO a F ?atw Uv'w Ny± VV °1 U+ UOi X w 4 xW O `. W C,W- Lj o O o o x ws LLy C1 L ale* 0 ov - L0.L N NN L L > O OCE Q w y X * x * * * p; O L� 0.9 -N 0 v ui �k �k C + o C LENED Z D_.�X E 01 C] C N O Z w M. W M CP w�± tS x I pLW N 0 N Lu O Y O 0 N g Ali-,[( + L R 00 ox d .4 +UU Xx L ¢�Q ; ~ Z�x 6 E} �O O O F � =< L� O max 4cN� C } + NNL ; J °IC>L = 03 0 1 fi _ u� sou u+ Tac O o 0i a' x o v IA v+ w< c p 0._ LLD oZaa o tcoo u & N30 Z N00 CQ NO N•- _ o a)N L Z O p�O•-0•-O .. >0 0 2 m Z-0 3- LL L N o?} N x O 1.1 Y * 0: OJ + .-0 @ 0N o.0 _ x • 0L LL < ¢ UO N' O N C E C'0 CTO X= . ) • W � ONLL O X' OO O O > O T O Z � '04- IDL L nas xEc NtiO Q v wo N 8 Nww D+ °NL a) 3 C •-x+ ax O= U- Y � C L� W C7 00= - N O- M + + D J Yom, -- Z I3¢ •LD col L: 07 U wDo O. ¢- o- c x nC N N > 30 Nw•- O D z % C•- Z O O O T+ O w N C Q v X-5 j y z N L L ID L D O•- w nU) 0Ca z- E+ o y p C N u n C O O n W L L W7EN o,., I L C W O Da) O - a)J O+ ¢z W a)N N O ° ° m O @ N L X @ 'O n 7 n N GL•-•- N N C L O= L C E Ln O L J� L '^ + U)w + O OV N N o 7 t; X. a) N U) O•C N .�CCw v u c�i CNN Xi a)•- CLL NC3 0 Y O C L U++ O- a)L•- * * v> d w 0 a x 'N - d) - �.0 > N V N p j ° v �^� N E N N a) 3 O++ O+ ¢a 7 L C O C� N- O N O C E ` c L 0 u ca>i (1)O ) n•- N O () LJ M0- N C n Ca '-�� 'ONO a) E 7 C+ O + Z O E N v r,y - l7 L aJ N W O O 0•N N c uyI C Z 0N - a)--- 0 ZL CU u! C+ C° N nu_C 0 1� N W L 3- ul L NL n "V C J N O Y O•-++ mu.8 v O 3NNN O'O QN NL 4 doo O �a + UN � a) N � O a U N X C L N U) L 0•- _ -y- F O U 0 0- Z 0 O N N N �o L OX+ a) O a) + L CoU O +-X NC E 0a) L+ 7a) w 3 0 O C Cluj•- - WI D O U) O Y J i x } z u O Z 17 @ U a0 •- L UOi Q p w 1.- U 0 L N - - N L C O X; d l J C]W n F D W N+D 0 C O C 3 X W QN a COOL OO CC•- pp Tw u ui 00 '^ Z �+��+z U) N E-•- Z o° 0 a �� = C N U L Q r0N V1 i $� O U N SHEET 3 OF 29 {A axa - C N 00, 0-10 0 c � SafeTraffty tY ~ ,Texas Department of Transportation Standard E O- +p Q n N UCN N 0 N n On N L OL + J V +N+ N + OL 0) •> NNL E y + U a) C•-000 .0 0 O. x LC 0i G BARRICADE AND CONSTRUCTION u L c -oo v oo} W m :N � L PROTECT LIMIT O �o•E Ll n - ouu P uN•- w a) Tc COC Ya C 3- y J ~'-'-V'_ Z n N [ C C U�U 3aV 4 O V U n O P a)L o�0 V -)O W > V 1/� VI 2 N N •�• r V1 0 oa•_y I./L l�� ��� Q .0= O D W N d a n o CYO T J E� bcsm-21.dgr —TOOT —TOOT ow: TxDOT cK:TxDOT Y b Y Q z 3+N 1 p `� x ©TxDOT November 2002 coN7 sEcr roe NIcNwav Q aC W N C NEVISIONS x W WC a y o 0 9- 07 8 -14 DIST ouN v o. ao LL Li: 7-13 7-21 e L 3 C DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B e 0 O P O N C m O L N N +w C O F C V N C - O > C OY� Y P N S D•- Q m U N•- C 7 (•00 - O P Q 0 W O 0 N P N L ; V C U a�i= O a O>1C 10 T•N L N•J L w O W O C O Q i ( N ; P O•N O N L n O- L V C D O C N ( C 00"-P•- N •N (� O > •- IrL a) 7 L C O a, n O N O� C ' O U 2 L N - L N L C L ON Q E D 3 E O o C } 0.2 L a 0 e� •C0. W C C L 7 O N\ 0) O 01 0- OO.-U}NP mRW" V i Q # } 2 P 7 OO NO •+ CN ( Lppp�� U L •( D U O U N U L Q)7 -O O > DNL L >N L.0 Y DOC EO 0+ - O - P m 7+ + DL• OJ x Oim O - w OC V3x- > OC C m ( NLO > O- ZEZ C L (• ( a, O 1 Ln+w p O a+ cc + 'a O ON C OL '0 E U C L Op V\ +D U•-C Q _ UVLN(oE•+- dJ p aDa-= •N-.=1 ZQQ"S—L ---w-EP J>•�- N+^-JN LU7yN CN3 w LCD C W O O C CO O w n O mLj OU_c In •N7LEyoC N N ;0PNLP -t LN± Q DN P Q) L 3- L O OC L N+ C � X x 7- C + OLO •C 7 00LNL L( V) 0 0OV ( ( U N n C 7 V- ( O C 4 Q�EPNJ1C L L iVO (L L C O OO ONL I1 L(O N n C ; L P( C ( W O O O0 C N+ •L LO L 0 NL P L > ( UCLN d LoP( C L N -Po °(D ^ Uo=Dcco-C N (D P- LoV a L-- ( n+ Z L O•-LLLa Pc Oi E +L oD yj o N UnuOL Cd0 ( NE LD n no ( 0 0 n O r C L LL( C O Ln EON L L L O TC C 05 X 'O CO C IUuUN mNN L ( N L C U CNO Z 0CC LCD CC P (L 0 0 PNN nOE O 0 (DDn+ L N (L L LOLM.L C O+ CMWIn •; 0a W.— N UNNO O7 N D ( O+ L O O D- O O+ U O •N PD L L i(+ n L E CO NOO OoON CcFOoL UCN� c c o o c0, L ( oO x O• XU O X (O N L O N P L COO N N O N (Lw^ 3LwtOCNU LO O NwO= 7'0Oa( L DM NU OD (N L>L - P= OO (LCL CVO C CO IDwC 0 0 wD0 w C+ LO O-w� O i LN UOOO • O 0 N C C ( - O C N O L •P D} N 7 v L c ai• dCOMML c (Do 0 yy }( DL L } O ^ N O ( (D 3:O E 4 w aV L X CL U N@ OO w C � x Z Z7 , LWL U L O- Vu N 0 O a WT(V ONw C N(NL >0 0 +C_ D ( C_= po L - X O C•- - n + L( PLN u (D E ( U� U• mo 3 ( O¢ C Lo VVU LLN 7+ N C N' �' (+•n L N-1•X W N+ N 3 O•E + 03 Nn0 o } oo ( F o } (x c L -ni UN C } '� Q P( (o++ OD YN DCO U p O _U,_ = C - C (.4 COL- L O w N a( C •n--' 6,• N- O d'•N•- L O N ( 0 0 O CD } C ;v C Ovi w E N¢•- D• -L ; DLL DYQ U Ty OwY (�> NUNdC O-+N C3 C O( Q 0: O In (D ( U+ N 3 L N Q ( O ( - 50 (O 04L OOW M� ACL OO ( 000 C (- Lp - .0 LL = 0 a Z o- n m w D n E 3 Q U 3 N NO0 Q N no _ LX+ � TD O F Y O D a m� ❑ D LVO 3x W 7 E N lN? Q w ZO a O O -•- N X O•- P �LN N Own o^' N U L w a L O 10 C J am• L cc w'� O Q) C L L U .0 IX u O nw O 4 O— a Uw Q-. U V1 C TO ui + O C DZOO:•- ,f + L L C P O L P O M ti N C1 Y O Y W V N J r + ( P C N•- OOMZ Y- a M N '4 w o — W + O O N D 0 0— L C O O Y N C L L +F L O N+ L Ow ( N U�0+C1 U (D a a 3 03 CL•- C W L O O x Z O + 0+ O L L O L O J ; 01 In v1 w a N F •E•- O x•- + +N O�� O L V L D N L + C(.7 W a a L L N O O O Z L D 0 L O0 31: U N O . L + C * * * o U + ( L N N W L L O T- * * * ^ O D T U C L O 4) CW, D n v1 E C 7 N LL — L Q O U L c-1•- — O N C C + U+Z U P D L o m J H .01; C - O ;•- L L 0 0 o r 3 0 U N L•C O� O O L= 0 C N L C•- P N 0 +._ U m O V1 a•- uj 0 O ~ W° L C 7 L 7 U M,M O+ J L L CI Q, 0 D T( O L L Q _ a,M Z O C a L + N Z L`� (� P U— O C N L O n U— D O J W— L E— L ID O +c�F mcnX— N + 0 7 0 U C L w H - - F (D C U O L L L J X 0- >, F Vf L C O U L + w i L L N Z+W L 0 W i 6 E V O U O N OM Z N U V ^ N W o Y^ SHEET 4 OF 29 C)J s ?a� Traffic Safety Division ¢z ,Texas Department of Transportation Standard v1 �o 0 0 N N x BARRICADE AND CONSTRUCTION w 0 ON w PROTECT LIMIT [[�� ?Y W 1-V1 J atd 0 Ylf U wZ tt ZM `Jr o IF.wi } 3 J m 3 N -C:> r ! s a BC l2) -21 ❑� N a ox a o * w o Q m In in * z C, W o 0 o TI— bcsm-21.dgn oN: TxDOT cK:TOOT ow: TxDOT cK:TxDOT v ©TXDOT November 2002 CONT SECT voe HIGHWAY a uevl sIoNs WW ^ 9-07 8-14 DIST couNTv sveeT No. H J ' Qo 7-13 7-21 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACINGI'a,e �0 SPACING a'N SIZE wL O> C Sign Posted SignQ C0 N Conventional Expressway/ 0 0 W Number Road Freewo Speed Spacing LL or Series y "X" O+N 3 � L._ z°°o CW204 MPH 1ppprx.) w CW21 =o CW22 48" x 48" 48" x 48" 30 120 a a CW23 35 160 -t CW25 40 240 -O N d 45 320 L v N CW1, CW29 50 400 a 0 0 CW7, CW8, 36" x 36" 48" x 48" C E CW99 CW119 55 5002 0 Wo CW14 60 6002 c 0 0 65 7002 -&10 W CW3, CW4, 2 C o CW59 CW69 48" x 48" 48" x 48" 70 800 o0 w CW8-3, 75 9002 d�} CW1O, CW12 80 10002 0 3 0UI L� L>L +NO 00 n+S *For typical sign spacings on divided highways, expressways and freeways, d 3 0 see Part 6 of the "Texas Manual on Uniform Traffic Control Devices" C w LO) (TMUTCD) typical application diagrams or TCP Standard Sheets. Ono o L Q Minimum distance from work area t0 first Advance Warning Sign nearest the u,n o work area and/or distance between each additional sign, - E O c O L Ow O IDL L C O 0 o..0 t W0 Loo GENERAL NOTES C D w .00 1. Special or larger size signs may be used as necessary. owC wWo 0 (0. 2.Distance between signs should be increased as required to have 1500 feet W N E N advance warning. Q L•_•_ N~a 3. Distance between signs should be increased as required to hove 1/2 mile -w or more advance warning. O Y O 4. 36" x 36" "ROAD WORK AHEAD" (CW20-1D)signs may be used on low volume crossroads at the discretion of the Engineer as per TMUTCD Port 5. See Note 2 under "Typical Location of Crossroad Signs". 5. Only diamond shaped warning sign sizes ore indicated. 6. See sign size listing in "TMUTCD", Sign Appendix or the "Standard Highway Sign Designs for Texas" manual for complete list of available sign design sizes. SHEET 5 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION PROTECT LIMIT BC (2) -21 FIDE: bosm-21.dgn — TxDOT K:TOOT ow: TXDOT TOOT ©TOOT November 2002 CONT SECT Joe HIGHWAY PEVISIoNS w W 9-07 B-14 DIST couNTv sveeT No. in 7-13 7-21 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B o O T N O O - C•0 al + W-O o n c o N J E ND 7 + U 10 O U L N N N Ca) C 3 "'i o N E O n 0- ° ° L ° V C O U. N ° L C O L O LN a O O N 0 U C O O O+ EC n O a) w al a)O a IDD COON a)+° 7 - 1 J NN O L Y L VJ L 0 a) O C O O Lpo+1q LN7 L d C O D.-• W PN C 7 3C 0 L L O E O + '0 c W w E D D O C'- a-d - TN UE 3 L} w O L C I Q T L o 0, N O C O L T O O O O O O U O ,0 W N •;- 7 O L O L w E > c•, o c c um o 0 0 20.0 03 ^ OP YW W-O 00 C N NO Z`-'+ CU U Cn d o Q a:z E n O P a. 3M C 00 O .+0.0. L•-N_ C oo a? 10 - N= >� T O •- - O-- W+ I 3N :� y0. N 10 -P OCL 10C N Mn +-P Pam C N 70 D .0 7 Y C -x L O v •00 QNOX Q D•- - - d t _ a1•_ - L O a1 + ._ U C. 7+ d d + C N.- I O O N at O N L Z a)a)- P N D m - L D L W.0 ai- N N N N-L U C 7 N C 0 0 N 0 N N 0.W 7 >0: M -0 }D+ _ O - L C C T N o a of 0- u u -n O 7+ 1n o P d as >a) N >- 0 - o_ L c Q. o O C C O> N• 10 NO 0. 0 L a) 0-9- • W L I ++ _ L O P L •W L•- U a) CU OD C- O a) N V •N 0 + E E -U cO L 01 0, LO C+ .L N 0. N +� > N -a1 C+10 NO C•- F C OP N + '00 E O- N - PN t7i P L C N P^ Pco (j� I xw 0�O m - o o Lw 10w Pct d - c._ Oo ucn C E N� Q a:Z Ws EN E 0 - 10 a) CCC CO CZ_ 7 0NPOM d10 C-- 0 +E •L N D N N W - - +'0 0 N N N= O U •T> 'O O O+ L >- U U L a)E E 10L N0 NOO Pa) E Cal 0� L N L 0 20aO U00 N7L J • I a)N N 7C n •-a) 100D W yy O N O L U E CNO } W.0 N - O N NN CO n XE10L a C•-� •-O VI� g p; Q+ _ _ O__ ;. _ a) O N 1A O O PON N p._ } U N NL w + n- N a) CHL - -} ONO C + C ^, - N P U C L •-O C O •-L L - •- •- •-L X C U _ W I CU Ca) LL N+ E7 Oa5- >� T No N L° -E C' NON 1p •� O N OL O•- O N -O O E C O C N C + N•- V N OXN ~ .�8 •C O d W N•O NP ND L L N .0L ON j 0.07 Cry O P 0 L 'o V ON �� - > H Y L Y C CL O P- (D 0 LOD 10 E+ O L O CO �~+ 80 •() Q V I 0 on Po 310,0 C, °)u �+ -C L' L> °aU oco U - d Z 3C C .NN C C wD T C O L b t•C C n a°•- L y al O O 7 0 0 o c. - PC o N N QQ N n d y 0. W 'O a � T•- T O a)L T N O w+ - 0) L- 3 E O N 1n U L+ L E C O T.c L L > •-Z U •N N a) C N D O C N C 7 +a>L J O L d I J ou o ow n n o•- oat w 7 m Po n.0 we (D -0 O U - //11,� Q 7 E N Co E E o IN L P•- P P+ d O L-2 a) TNC W •� C �+ �E 10 aDi 7oN 0 VY10 C L •C O0 U o n ON E+l D+•- pa C D 7 N 7•- W+ O c M 7- LOC •C N L J l 0-J N a)Y 10 N 0 D Y.- L } I W PC PC 0w N P0. DOl LL O NL LCC (DCL W t } C - p _ Z d0 v•- no LL da, -0 -0 F+ F n0 -00O V aC E N n aC L O Q a]U O W N 3 U N C w, W ! C N - C W F o O I 0 N M Q N )O as a, On° ��//�� LL - OLN y♦ 6 • _ L Ws_O T E 0 H m 0+ + 10 Co 0 W } } ) o+0 Y U U U L ` O SNL I o.° N OC N o ° � C o� N Q. L C �La+EL@E} 10aa)iaT a °ID CT D N 0 O >' 01 I C] D O O 0 3Lw N P E 3 tn+ N n o V O 0 a L W - N L+U O C 10 > > L� y�T W } O n•-O d 10+ - 10+ + 10 p L y N I d Lt °oa+° a wC > o0 TL dvo eC C d ,_ % W '0 0 off a Lo Co+ apo W 7E N O 0 } Q L n - Z 7 V 0 N+C•0. N c O + 8 ; O 3. 0 N v Q ¢ O V L C0)p° U 'LO LL 1+ ) a) N ) QLN� O C O. N C U .?.ONE •L 0 3 J 7 FQ 0 Dam J� L Y W W~O •- (DO L } a1 V 0- 'O N �+ Z $ 0 C C oo as`n Y .0 +D 0- U 0 c O m O Y O O u L Q N �L N N �.SJ 0 DoE J.w O o L P ° W w U O L L N i O U 10 10>T n N O C y a pT N^ N n > }T�P L D N O N C E N yy L al N E a!C P N V O O d' + O C H V 1 10+V P E L Q C W + O} N}0 U O llCCa00 ^�` •`- ; W E L O O N N•- 7 C N o O E 3 3 + W /_ v •• N Y 0. N O+L 3 OQ O T+ O - a N •E•> > _ Q } O p 10 L L + n U - C -10 .0 L J+ O C J L N L W W m a o 0 Y O O u 10 o 10 C N N ;} u E o w F y 3 C L N C W•- In O O aJ ,0 o N •/� n N ODY N._ P+ L N U Y n N._ a1 L P Q 0 C N W 3 L a) O O 7 L N C > ai Y C _% 0 _O 1.a O L•- 10 0 L O L O a) 0.- n LLp N•- F ] L p Cn+ 10 E73••7L ,0°tN C . > O CnU N3DN Q N ,C OD cWc N-� w -L+a° LOD o} o N- ° o Cc= >o U L O O L Y L+ N N N a 0.l °- O }0. n Y L0 L 3 N L L U J «` O ED o c act c oaiw0 o o} C o c o c o Y 3 U W ; O 0 P •- >L L O+ U O T 3 0 - L T 1q Q E = I W r UL.N 0D0 Q. (D LCOL UCOC W 0. VactN CPU Z 02 n a) E Om T+ L ++ N+ L Q F O V L > O•-•- 0 L O P N 1n 10 N N F� 3 O E NO> p O Z N 0. N d 10 ;N 7 D C 0 10 L O C W } + E y O I a n w L L N T,0+ O 7 O L•- L H n FNNO tlQ01` +OOH CD+00 L 0 U P30P +OL N Z N o� �U>L O O 2) U D a)'�2 7 O w L t L•O N N •- N N L C m+d P O = at L O+ N d O L+ n Oa)U L a) N L L + L O L N CCGG W J N O J,0 O+ C Q N V� .00-E N E n•-• w W50 SHEET 6 OF 29 3 N J(-0 Traffic Safety 8 ,Texas Department of Transportation Standard I Ua I BARRICADE AND CONSTRUCTION a WORK ZONE SPEED LIMIT � I - T ` 0 0> I p BC (3) -21 FIEF: bosm-21.cJgr - ow: uu c a 0� cK —01 m cd I w ©7xDOT November 2002 CONT secT roe Hl cHwnv •COyt Q Va1�I� NEVISIONS W W a v N C8 I 9-07 $-14 ° DIST COUNTY SHEET NO. a 7-13 7-21 o� DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS 12' min. nNORK ROAD 2 ROAD ROAD minimus iR10RCS >1c 0 fRIORCS from tll)ORC$ AHEAD � a, 6' AHEAD curb AHEAD ov a o TC ami min. XX CO O N o T ** y p X O _ L.0 7.0' min. _ n °+t i 0'-6' 9.0' max. i 6' or i,0' min, 7,0' min, 3 + 0 0•- o 9.0' nqx. 6.0' min, Z w E greater 9.0' nqx. o .+w +-Q av i i av tri ri U.- Paved %�� POvetl shoulder Shou I derS�T, WL n aa ) aLW L L N -X When placing skid Supports On unlevel ground, the leg post lengths must be adjusted SO the sign appears straight and plumb. 0-0 0 Objects shall NOT be placed under skids as a means of leveling, oco m O �F�E When plaques ore placed on dual-leg supports, they should be attached to the upright nearest the travel lane. 4)E'° Supplemental plaques (advisory or distance) should not cover the surface of the parent sign. .So 0 C . i Support ATTACHMENT FOR SIGN SUPPORTS W. shop not Attachment to wooden supports w o D protrude will be by bolts and nuts °�L I I above sign or screws. Use TxDOT's or manufacturer's recommended d y procedures for attaching sign C 71>L Substrates t0 Other types Of +p u W/rd�lf Oli Support ^ Sign Supports 0C ��fn�� shoII not ROAD C Y�VI protrude ROAD r7 77 d s o n above sign r l � r l Nails Sha I I NOT aLiaOiL DO�UI I UV®IIUK I I OR be allowed. o n° A 1111MM � I IE AU I Each Sign o a ® ��� Shall be attached r E ARE L SENT Sign supports shall ID c o extend more than directly t0 the S i gn D L 112 way up the support. MU I t i p l e C O d back Of the sign �' / S i gns Sha I I not be °'tet substrate. II/ jpined (>r Spliced by wo o FRONT ELEVATION x any means. Wood - + Wood, metal or +moo Fiber Reinforced Plastic Supports Shall not be TL oD a extended or repaired dC Wo° by Splicing Or SEN SIDE ELEVATION Other means. C N QL•-•- L WOOtl V c N C •-w STOP/SLOW PADDLES 1. STOP/SLOW paddles are the primary method to control traffic For contractor requirements for by floggers. The STOP/SLOW paddle size should be 24" x 24"' maintaining permanent sign notes, 2. STOP/SLOW paddles shall be retroreflectorized when used of night, see page 11 of 29 3. STOP/SLOW paddles may be attached to a staff with a minimum length of 6' t0 the bottom of the Sign, 4. Any lights incorporated into the STOP or SLOW paddle faces shall only be as specifically described in Section 6E.03 Hand Signaling Devices in the TMUTCD. 7F 24" Map 24 ROM SHEET 7 OF 29 Traffic Safety ,Texas Department of Transportation Standard 24 24' Background - Red Background - Orange Legend & Border - White Legend & Border - Black BARRICADE AND CONSTRUCTION SHEETING REQUIREMENTS (WHEN USED AT NIGHT) TEMPORARY SIGN NOTES USAGE COLOR SIGN FACE MATERIAL BACKGROUND RED TYPE B OR C SHEETING pr}'► BACKGROUND ORANGE TYPE B„ OR CFL SHEETING BC (4 ) —21 TIES. bosm-21.dgn — TxDOT —TxDOT ow: TxDOT cH:TxDOT LEGEND & BORDER WHITE TYPE B OR C SHEETING ©TxDOT November 2002 CONT SECT toe HIGHWAY LEGEND & BORDER BLACK ACRYLIC NON-REFLECTIVE FILM PEVISIONS w w 9-07 B-14 J DIST COUNTY SHEET No. a 7-13 7-21 C L� DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B GENERAL NOTES FOR WORK ZONE SIGNS 1. Contractor shall install and maintain Signs in a straight and plumb condition and/or as directed by the Engineer. 2. Wooden sign posts Shall be pointed white. 3. Barricades Shall NOT be used as sign supports. 4. All signs shall be installed in accordance with the plans or as directed by the Engineer. Signs shall be used to regulate, worn, and >11: guide the traveling public Safely through the work zone. 0- 5. The Contractor may furnish either the sign design Shown in the plans or in the "Standard Highway Sign Designs for Texas" (SHSD). The wL Engineer/Inspector may require the Contractor t0 furnish other work zone signs that Ore shown in the TMUTCD but may hove been omitted °> from the plans. Any variation in the plans shall be documented by written agreement between the Engineer and the Contractor's +o Responsible Person. All changes must be documented in writing before being implemented. This can include documenting the changes in o O a the Inspector's TxDOT diary and having both the Inspector and Contractor initial and date the agreed upon changes. Oo N 6. The Contractor shall furnish sign supports listed in the "Compliant Work Zone Traffic Control Device List" (CWZTCD) for small roadside 3 signs. Supports for temporary large roadside signs shall meet the requirements detailed on the Temporary Large Roadside Signs (TLRS) 0 0 Standard shee+s.The Contractor Shall install the Sign Support in accordance with the manufacturer's recominend0+ions. If there is o question Z o regarding installation procedures, the Contractor shall furnish the Engineer a copy of the manufacturer's installation recommendations so w the Engineer con verify the correct procedures are being followed. Q 7. The Contractor is responsible for installing Signs on approved supports and replacing signs with damaged or crocked substrates and/or a n damaged or morred reflective sheeting as directed by the Engineer/Inspector. y y B. Identification markings may be shown Only On the bock of the Sign substrate. The maximum height Of letters and/or company logos used c a for identification shall be 1 inch• y d 9. The Contractor shall replace damaged wood posts. New or damaged wood sign posts shall not be spliced. av d DURATION OF WORK (as defined by the "Texas Manual an Uniform Traffic Control DeVICes' Part 6) oc°0 1. The types Of sign Supports, Sign mounting height,the size Of signs, and the type Of Sign substrates con vary based on the type Of C m o work being performed. The Engineer is responsible for Selecting the appropriate size Sign for the type of work being performed. The 0W d EO Contractor is responsible for ensuring the Sign Support, sign mounting height and Substrate meets manufacturer's recommendations in C N 0 regard to Crashwor+hineSs and duration of work requirements. .m o a a. Long-term Stationary - work that Occupies 0 location more than 3 days. C U.I.± b. Intermediate-term Stationary - work that occupies a location more than one daylight period up to 3 days, or nighttime work lasting Lo o a more than one hour. o X d c. Short-term Stationary - daytime work that occupies a location for more than 1 hour in o Single daylight period. 0 d. Short, duration - work that occupies a location up to 1 hour• y e. Mobile - work that moves continuously or intermittently (Stopping for up to approximately 15 minutes.) r>L SIGN MOUNTING HEIGHT T a c1. The bottom Of Long-term/Intermediate-term signs Shall be of least 7 feet, but not more than 9 feet, above the paved surface, except n+•- as Shown for supplemental plaques mounted below other Signs. 3 0 2. The bottom Of Short-term/Short Duration Signs Shall be O minimum of 1 foot above the DOvement Surface but no more than 2 feet above C w the ground. L w 3. Long-term/Intermediate-term Signs may be used in lieu of Short-term/Short Duration signing. o0 o 4. Short-term/Shori Duration signs shall be used only during daylight and shall be removed at the end of the workday or raised to o L a appropriate Long-term/Intermediate sign height. w a E 5. Regulatory signs Shall be mounted at least 7 feet, but not more than 9 feet, above the paved Surface regardless Of work duration. o c 0 S 1 ZE OF S 1 GNS ID°` 1. The Contractor shall furnish the Sign Sizes Shown on BC (2) unless otherwise Shown in the plans or as directed by the Engineer. o°L SIGN SUBSTRATES w,_0 1. The Contractor shall ensure the sign Substrate i5 instal led in OCCOrtlonCe with the manufacturer's recommendations for the type Of Sign '0O L,} 2. "Mesh" type materials ore NOT on approved sign substrate, regardless of the tightness of the weave. +T L 3. All wooden individual sign panels fabricated from 2 or more pieces shall hove one or more plywood cleat, 1/2" thick by 6" wide, o n o° fastened to the back of the sign and extending fully across the sign. The cleat shall be attached to the bock of the sign using wood ..d 0 o Screws that d0 not penetrate the face Of the Sign panel. The Screws Shall be placed on both sides of the splice and Spaced of 6" w 7 E a centers. The Engineer nay approve other methods Of Splicing the Sign face. Row w REFLECTIVE SHEETING Q L•_•_ .0� 1. All signs shall be re+rorefleefive and construc+ed of sheeting meeting +he color and retro reflec+ivi+y requiremen+s of DMS 8300 C w for rigid signs or DMS-8310 for roll-up signs. The web address for DMS specifications is shown on BCM. o Y o 2. White sheeting, meeting the requirements of DMS-8300 Type A, shall be used for signs with a white background. 3. Orange sheeting, meeting the requirements of DMS-8300 Type BFL or Type CFL, Shall be used for rigid signs with orange backgrounds. SIGN LETTERS 1. All sign letters and numbers shall be clear, and Open rounded type uppercase alphabet letters as approved by the Federal Highway Administration (FHWA) and as published in the "Standard Highway Sign Design for Texas" manual. Signs, letters and numbers shall be of first class workmanship in accordance with Department Standards and Specifications. REMOVING OR COVERING 1. When sign messages may be confusing or do not apply, the signs shall be removed or completely covered. 2. Long-term stationary or intermediate stationary Signs installed on square metol tubing may be turned away from traffic 90 degrees when the sign message is not applicable. This technique may not be used for signs installed in the median of divided highways or near any intersections where the sign may be seen from approaching traffic. 3. Signs installed on wooden skids shall not be turned at 90 degree angles to the roadway. These signs should be removed or completely covered when not required. 4. When signs are covered, the material used shall be opaque, such as heavy mil block plastic, or other materials which will cover the entire Sign face and maintain their opaque properties under automobile headlights of night, without damaging the Sign Sheeting. 5. Burlap shall NOT be used to cover signs. 6. Duct tope or other adhesive material shall NOT be affixed to o sign face. 7. Signs and anchor stubs shall be removed and holes bockfilled upon completion of work. SIGN SUPPORT WEIGHTS SHEET $ OF 29 1. Where Sign Supports require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand should be used. Traffic 2. The Sandbags will be tied shut to keep the sand from spilling and to maintain 0 Safety Division constant weight. ,TexasDepartment ofTransportation Standard 3. Rock, concrete, iron, steel or other solid objects Shall not be permitted for use as sign support weights. 4. Sandbags should weigh o minimum of 35 lbs and a maximum of 50 lbs. 5. Sandbags shall be made of a durable material that tears upon vehicular impact. Rubber (such as fire inner tubes) shall NOT be used. BARRICADE AND CONSTRUCTION 6. Rubber ballasts designed for channelizing devices should not be used for ballast on portable sign supports. Sign supports designed and manufactured TEMPORARY S I GN NOTES with rubber bases may be used when shown on the CWZTCD lis+. 7. Sandbags Shall only be placed along or laid over the base supports of the traffic control device and shall not be suspended above ground level or hung with rope, wire, Chains Or other fasteners. Sandbags shall be placed along the length of the Skids t0 weigh down the Sign support. �� _ l` B. Sandbags shall NOT be placed under the skid and shall not be used to level sign supports placed on slopes. TI- bcsm-21.dgn oN: TxDOT K:Tx DOT ow: TxDOT K:Tx DOT c c FLAGS ON SIGNS ©TXDOT November 2002 CONT SECT toe NIcNwnv 1. Flogs may be used to draw attention t0 warning signs. When used, the flog Shall PEVISIONS w w be 16 inches Square or larger and shall be orange or fluorescent red-orange in 9-07 B-14 �� DIST couNTv sveeT No ¢- color. Flags Shall not be allowed to Cover any portion of the sign face. 7-13 7-21 o� 0 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 9 sq. ft. or less- tOmn extruded O thinwoll plOStic Welds to start on sign only Opposite sides o going in opposite 0•- directions. Minimum N w L weld, do not rbock fill puddle. + we C°ua O N L.0 7 ° weld\°' weld starts here O+N starts 0 0} 1 3/4" x 1 3/4" x 11 foot here weld z•«E 12 ga post T° (DO NOT SPLICE) +w a n 1 3/4" gory. round 4)0- with 5/16" holes o W or 1 3/4" x 1 3/4" 2.5' 0.y d square tubing Ow L L N a O 0 Upright must C C E telescope t0 •L N 0 provide 7' height qg^ d above povement -2" x . C 0 x L 48" t 2 go. C N O _ 'C N 0 N upright C + W - 2.. Na a Ox N x i-L 5' + 5, Ld SINGLE LEG BASE +a>i o Side View T 0 C Din of ongle n+ - needed to 0 d 3 0 match sideslope C w 36" L N >O O O'LL W N a o 16 sq. ft. or less of any rigid sign T E substrate listed in section J.2.d of L 0 o the CWZTCD, except 5/8" plywood. D L L 1/2" plywood is allowed. C O N 04.0 N o° 0 3/8" x 3" gr. 5 bolt N x o q.. (2 Der Support) joining o + o sign panel and supports TL 0DO O C N o o D N 0+ w 7 E N _ 4)N N N 0 3/8 X 3" gr. a r•-•- 5 bolt J L N + — t 3/4 x t 3/4 x 129" o Y O 1 3/4 " x t 3/4 " x t29" (hole to hole) (hole t0 hole) 12 ga. Support N teleSCODeS into sleeve 12 ga. squareperforated tubing upright — o � - o"00000 0000 " 1 3/4 x 1 3/4 x 52" (hole 3 to hole) 12 ga. square DerforOted tubing diagonal brace nCompletely welded 2" x 2" x 59" around tubing 77 (hole to hole) 12 go. perforated 1 3/4 x 1 3/4 x 32" (hole tubing skid 2" x 2" x 8" (hole to hole) t0 hole) 12 go. Square perforated 12 go. SgUore tubing cross brace v perforated ........................................................ tubing sleeve O 3/8" X 4-1/2 gr. welded to skid 0 0 5 BOLT ITYP.) 60" — — — . r3" SHEET 9 OF 29 ° Traffic Q}7/16" Division ,Texas Department of Transportation Standard ................................................... BARRICADE AND CONSTRUCTION TYPICAL SIGN SUP'P'ORT 32' SKID MOUNTED PERFORATED SQUARE BC (5) -21 FI�e: bcsm-21.dgn oN: TxDOT K:TxDOT ow: 7xDOT K:Tx DOT STEEL TUBING SIGN SUPPORTS OTxDOT NavPmDer 20K CON, SECT ` 10B HIGHWAY PEVISIONS ww LONG/INTERMEDIATE TERM STATIONARY - 9-07 8-14 o� PORTABLE SKID MOUNTED SIGN SUPPORTS 7-13 7-21 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B *Maximum 4x4 Maximum L 24" 2x6 21 sq. ft. of wood 12 sq. f+. of r A-skid sign face post sign face TC fr I I 2x6 II °0 I I 1 1 2x� 27" I I 2x6 °> I I I I **4x4 T� II c°u ai 1 1 wood I I °a)D post 61) 4x4 o+v 4x4 block 3` 72" block Zoo L **qxq Length Of skids may ° See BC(4) wood be increased for °•- 2x4 x 40" for sign past 700 additional stability. a a•- y y 30" height P4 c a requirement r° 7002x6 See BC(4) 0 0L for sign 24" 2x4 brace o v 0) height 0.C.c°o requirement 3/8" bolts w/nuts C E or 3/8" x 3 1/2" N Lo I (min.) lag c y L 40" 36" J— screws o0 t Front side Front 4x4 block 4x4 block w�- 0 Sfde WS W SKID MOUNTED WOOD SIGN SUPPORTS 4 ;L -X LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS +0L 00 0 Sign CC> Sign CC> Sign Sign ° Ar, Post All Post Post Post d3L C w L 0 >00 pOe in n 0 Svc{0Ge na Sv<{00e �a SVS o c L 6�°� G< L 0w 4„ 9„ 4„ 9., 4„ max. C a m max. ;1 desirable max. ;y desirable owc w,-o wn o ::� 34" min. in -x� Optional ° qg^ strong sails, reinforcing w n L minimum 55" min. in sleeveBase weak soils. I' ;I �34m-insoin.0 v o (1/2" larger See +he CWZTCD Post s+rangils, for embedment. y o (hon Sign 55" min. in a O)0 DOS() x 18" weak soils. <,C.-.T Anchor Stub -ii- L U 0� (1/4" larger Anchor Stub w c w than sign (1/4" larger 0 Y O post) ; than Sign post) OPTION 1 OPTION 2 OPTION 3 (Direct Embedment) (Anchor Stub) (Anchor Stub and Reinforcing Sleeve)) WING CHANNEL PERFORATED SQUARE METAL TUBING Lap-splice/base bolted anchor GROUND MOUNTED SIGN SUPPORTS Refer to the CWZTCD and the manufacturer's installation procedure for each type sign support. The maximum sign square footage shall adhere to the manufacturer's recommendation. Two post installations can be used for larger signs. SHEET 10 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION * See BC(4) for definition of "Work Duration." TYPICAL SIGN SUPPORT ** Wood sign posts MUST be one piece. Splicing will NOT be allowed. Posts shall be pointed white. e ❑ See the CWZTCD for the type of sign substrate BC "5 _2 1 that con be used for each approved sign support. TIDE: bcsm-2i.dgn oN: TxDOT —TOOT ow: Tx DOT :TxooT ©TXDOT November 2002 CONT SECT toe HIGHWAY PE ISIONS J9-03 8-2� DIST COUNTY SHEET NO. o� DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B WEDGE ANCHORS Tc Both steel and plastic Wedge Anchor Systems as shown o- on the SMD Standard Sheets may be used as temporary w� sign supports for signs up to 10 square feet of sign rc' face. They may be set in concrete or in sturdy soils cUa, if approved by the Engineer. (See web address for 0�„ "Traffic Engineering Standard Sheets" on BC(1)). O+N 3 L._ + z OTHER DESIGNS TL .+w -� MORE DETAILS OF APPROVED LONG/INTERMEDIATE U•-C AND SHORT TERM SUPPORTS CAN BE FOUND ON THE N ul± °ow CWZTCD LIST. SEE BC(1 ) FOR WEBSITE LOCATION. n0 010 L 0N L L 0 CE GENERAL NOTES ANO c.0 1. Nails may be used in the assembly of wooden sign C.c°t supports, but 3/8" bolts with nuts or 3/8" x 3 1/2" Hoo N log screws must be used on every joint for final °i-L connection. .0 a,;,L' 2. No more than 2 sign posts shall be placed within a +a o 7 ft. circle, except for specific materials noted on the OU n+"S CWZTCD List. 0 N 3 0 Ev� 3. When project is completed, all sign supports and o 0 0 foundations shall be removed from the project site. N ao This will be considered subsidiary to Item 502. - E O c O L Ow O IDL L c 0 0 o4L w`-o CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS woo WITHIN THE PROJECT LIMITS + 0 1. Permanent signs are used to give notice of traffic laws or regulations, call w .00 attention to conditions that are potentially hazardous to traffic operations, Wo c show route designations, destinations, directions, distances, services, points W 7 E a of interest, and other geographical, recreational, or cultural information. N N N Drivers proceeding through o work zone need the Some, if not better route J F•-L guidance as normally installed on a roadway without construction. N -0+ 2. When permanent regulatory or warning signs conflict with work zone conditions, 0 Y O remove Or cover the permanent Signs until the permanent sign message matches the roadway condition. 3. When existing permanent signs are moved and relocated due to construction purposes, they shall be visible to motorists at oil times. 4. If existing signs ore to be relocated on their original supports, they shall be installed on crashworthy bases as shown on the SMD Standard Sheets. The signs Shall meet the required mounting heights Shown On the BC Sheets Or the SMD Standards. This work should be paid for under the appropriate pay item for relocating existing signs. 5. If permanent signs are to be removed and relocated using temporary supports, the Contractor Shall use croshworthy Supports OS shown on the BC sheets Or the CWZTCD. The signs Shall meet the required mounting heights shown on the BC Sheets or the SMD Standards during construction. This work Should be paid for under the appropriate pay item for relocating existing signs. 6. Any sign or traffic control device that is struck or damaged by the Contractor or his/her construction equipment shall be replaced as soon as possible by the Contractor to ensure proper guidance for the motorists. This will be Subsidiary to Item 502. SHEET 11 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION TYPICAL SIGN SUP'P'ORT BC (5) -21 FIDE: bosm-21.dgn — TxDOT U:TOOT ow: TXDOT U:TOOT ©TOOT November 2002 CONT SECT toe HIGHWAY PEVISIONS 9-03 B-14 DIST COUNTY SHEET NO. o� DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B J Z m L O Q � Q Z N J N 3 p C o ��w a V - W 0 m 0 Z N W> 0> W O T C OC U Z OC W N 3 OC J n L L C O m 7 Z J >[]a 7 Za¢Ota JN W Z J 7 U p1 0 W ti E._ m x¢Z¢ O ¢J o o Z O O Q >w ¢x m o O Z L V } W W C V U 2>+ E Q L i • 7 C m O N CJ a �--� N O O C > _ +O V O O V N OQC 7 = In 0 O 0 W L 0 7 2 O V N + (�=> W Z C N ENE O+W d 0 o V 3 + 0 •E C@ N Q S C n d N C C O: C 0 O N 7 > V E + a W H O L L 0 7 O L 7 C L L C N 0 O J C N E O n O_ O P J O W W L O O O O CC U N •-J 0 V 7 > 0 2 V W 0 `7 Z E 0 - C V U V W a L L'O 3•- - O - C W+ O O Z C R O L, } } L O O [C L W W L O 0.r L}•- L•-- Cif L L V 0 0 n N O.r 0 V L TL O 0 0 0 0 0 E+ �C '0 L 7 > J n++ W 0 V 0 S L 0'~ > N y N: `C C L a s - 2 W 3-O W 3 -- C C L L L L O L O•- 7 7 W L C- E 7 0 0 0 L L V•- W W+ - Z W } P L .+w �����ZZZ n 0�NNNN VOl VOf NNN� 0 L L 7 7> D 0,1i��� N '--'O - - V-CC L a' O W N EP Q a•- W a U H W O ; � •E 4))w- v > m L �� c o o a •-O N W Z C W L.L Lai O _ N 'O Q.0 Q w 2 W 2 O > W W V) Q(�U •E P 0 O m Q W Ola Y N N> =O } C) L W W Q: D: W > Z W 2 J 0:H D: Z O w LLI H d `W } + J r Q m Q 2 J J J d 0 N O U V 1 U O X O P °° U W N>O Z O C Z Z Z 0-- a s X U 3 r N N> r N t-t-t-u L U O L 1�0 p OL PCO a UJ>w JCC Q O --w0 L�MZ X X XO¢3¢Q Q O 3 ¢Z�'ia is J3Q D Z L.L y U C NEE Q Q Q mmmuu U X oow--w ww ww xia is is is x x E O Z D a N L W'O 0 C U�W W - X 7 O �._ a 2 2 C 0 0 W U N N •> N = O Jam~ N •O + + -W N _ PON Q C 0 0 C 0 U `L O C Wo7 [L O W +V O V J O+V m W W 7 O W N > C O QUO N LL E - NOW 7 L U U C 0 0 0 3 0 0 7 7 U C C 0 0 0 E 0 a 0 X 0 O O O 7 Z 7 C C U W W 0 W O O U W Q O O-J C X ti L O W C W O: > W L } L+ O 0 W C W W W C O O o V O- O W E •- J u 0 T•O W Li U W W L 7 0 O W V N 7 0 a O W 0 Q 3 3 0 L L U 3 L W+ L+ O C o a s - } n - + W L. C+- C+ W O N O Z++ L L L L L X 0 Do O O L•-L L O U++ W W C ; U �'W 7 7 > U U+ 0 W 7•- C C C W O+ W W y n n X W W•- N N L 7'� C'�'� C 3•- ._ W O W y ; U- > 0 0 L 0 0 OL ¢ 0 0 0 0 E C X X x O L L L O O•- 0•- O C+ 7 0 0 0 00 O W a W W C W L>L Q Q Q m m m u U U Q U[][]W W W W W W W X l a l a l a 4 2 2 2>2 2---J J J J M 0 a) L O T } LL Q '00 UT O W v = WD+ � D ` • t WLL n N0 J W N L V+ L - 'o m U W \ 01 N D >0 0 Y 0 W (D X U - Lr)W Z � 0 OQ.LL W O W O - .o W C O C 0 C� C Co •30 p mid'o ._ N Wn0 W FO C T D 3 P> T O V U a O W C O + N J[C0 2 a N W LO a L= a D O •'a C O AQ L W 0 V - O W 0+ }•- L O TL O 7 - •- - EUW L K 0D0 0 }+ O - W> u n VCO O W V W 7 C •C 0 O W •- F T W C L +- + O+ J W P (D.0 0 a L w 0 E O O W PVA L L 0 W E } - O+ 0 V 0 0 L C Q W L 0 L Ow O 0 O •- C •-•- pp E W la - L W V - C 0 O T+ O U Z�+ - (3.0 X L O n L } 0+ W C u E O W 0 0 O L 7- - Ow+ L O N = O W - O D L L 7 U W W 2 Y V(L L L V F P W 2 U n E 7 `O L - W. (n u L U •L O COW C O 7 O L T N - L•- TU n C O L N - O + WO P V Q L C W D 04L O .00 WLW O W OE 00•- O ) + V0L -O•- L W00 + O 0 n V ; C ; }V L L U W N •L L W W cD 0 O •-Y L a (� O LO N M 30 Wti O V W N C 0 N O C 3 V W W @ P W W O O L E L O V L o W V O L 3 0 7 n W O O O W P E C Z > 3 L O O -0 O'er J Q L - - L W O O W N L L V L } C W W O - Q L C L 0 3 0 O J P - L ._X+ 7 V O n O W _ W P O C W N V 0•P J L po n•- N O W W - Q 0 O W O ; O W.0 O T O W C O O 0 0 0 W C a O 3 - W P a+ W W d 0 � C �.E - V+.-N L TO O 0 O 4) U O - L W �..�N C Ory P 0 3 0 } `� O W a•- C 0 C L O L L L P T W L C E W `P 0•- N E 0 C w D L0 P - V W C ;; W•- W >+•- n V+ - n U 0 0- V C•- L)N P L q0W- L V 0 W L i W } •- O D N m E L 3 E O CE O 0 T> 0 0 0 a L O fnA O V = W E O + C\`C L E - O N W V>< CO + &.L W C W C•- O O n O E E pp C n 7 O O C•- 3 C W U O X U 7 C O 0 V 0 O W - V E L N n O T W C } w V+ O la E C W V C eD++ W O = W O - Q O ¢WO+ } - C 0= O O•-•- C W O VLO WOO+L C � � J O OOL1T w W 7 E W P 0 0 0 L C O U 0 V V V+ O L V 0 0 J 0 N L O O 0+ O V N M - C N d P a L W C C w 0 0- C•4 0 3+ 0+ 0 0 0 0 O Z� L - O 0 W W Vl '5 O+ _ + •- O 0 W 7 0 0 0 0 V•- C W L 3 O D N- 0 >e C O N Z L,L W O V T- a L._._ O L V L 0+ -Q W+ T L 7 N a U P.r 7 L O N P�a O L C u O 0 0 O 7 L N+ O 0 J L Z p 7 n C L X K 0 L 3 0 0 U- 3 0 V L V+ 0+�r L O U 2 2 0 •- U u C+ V 0 E- P 0= V P O 0 T 0 L C W O U c W W x C 0 0 W 7- O O V + 0 7 •-C O .•+ > U 0 0 7 C C a s- E O W 0 C w O L N V) O- m 0 O+Q 0 -a W H + 0•- L P- N �_+ N O O C - L O C E 0•- O T 7\ q� •- 7•- ryry - O W O W L 7 ,_,O Pa Q. Y O L C•- P O} O L L•- O V V O'0+ E W O+ + E N W O - O O �t0 0 O TC (� 00 001 n C W O L 3- C L C U V W J O W W L L •>Vi L W L E W+ � - L D O W L W n-. C+ - W O+ W O V 7 W W O W W C V C E P C Z W U 0 M L L W-+ O C W C W N 0 -•- P+ •W (y O N•- OW 0 0 W w O O - N O L•- L O•-Q V W L u n a W W 0 0 00- �2 W M O C P- 0 L 0 W OL '0-"C PO O V pp O W J C as 00 U N�U 7 = }o c O a -U+ O O C L L W L L W C L C W L 0 3 C W = 7+ a L C V- 0•- V- O _ NI o a CC^ 1N C 0+ O O O•- n W O C 0 L O O O O•- -a- C+ 0 -- C1 Z d O N (/) C C W= 3 C T L U•- E 0 0+ L 7•- 7 0-0 7•- Z O O L- N U N L U V O g� N 0 0•- C w L[] P C 0 0 L 0 P P O+ W C W C 0 W+ 0 ;Q W W W L E L W L O+Z C > E } 7 L 0 C O C O V L•- O V EE V L W D+.- 00 N C V O O 7 L ; W•- O 0 O W O C L O W W W L W > } a-V W V N 2 = N O a 0- 7 O EE W Y C L W O+m W O W - 0 01- E L 7 0 C V O N C 0-& L n 0•- 7 - W T L O >w L W T O O P C V O P - W 3 N+ 0 a C w O•-N O W P= O P n 0 W W W O L W O W o+ 0} O w O L O+ L O L C w E O C 7 L a L 7 L w C N W N L a J U L W C L > C a i E 7 V U P W W 7 7 0.0 W W P 0 W P w Q 0 W•-U W 0 0 �2 (,� W Z L- L 3 m 0 W 0) n O n C 7 E O 0- O•- 0 C C W a V L 0 L W•- - L L W•-V E- d+•-+ U 0 .�. u U L T O C, P U O 0 0 7.0 T L L n•- W 0 W O L 0 W W 10 0 0 0 0- 0 a+ W W+ O W O W N -- 7 W W O p L a W O N W U 0 U X O L C E O la W T E T L 0 3+ ! E O'�} - L 7-Y X 7 W•- U d 2 N N W} L E L W C W L V W w C 0 L V V C O W V C 0+ C O a V P 0 } L C L U O . O (l W U 0 0- L V a 0 0}•N} L C C - a O-C._ W T L T L 0 0 7 L •- 7 0+ O n Q W Vl a V 05 02 0 Z \ N D_+ 7 L - L } D O O\ n L L 0 -+ O C] E+ P- P +'CO P L- O =0 Q L U= o 7 V n+ L W o W+ W - - C .0 0 0- L QQ L u X Q Cu•- C'� U N W CO .L O LW W WOWC W•-w OW NO n nw•- O+ '0VT- WOPVE Qn V 'LN ;ornW n'N = 0 0 0 L N C O N 0 L W 0, T•- 0 V - 0} 0 W W O ;+ 0 0 0 a - 0 E n +W W C N+ X (, C - OQ 0 W ;O W+ 7 0 0 P C V w 0 L N•-N•- 0 nV+ L L 0 0`L- E O _ •- D W L= W+ J 7•- W C V 0•- L 0 a n 7 V M V W- W 0 0 0 iS D++ C .0 L 0 O� Q } •-0 P O 0 U 0 0 0 . 0 U 3 C gWg11 O a P O T P U V- V >,.- L L 0-- L 00 O W x M W O•E O•- +O J w P O+ O L O + T P` •C E + o O w O O C O O a +O O O C O U N V P E- 0.2 1- -J •- - -10 a+ O W m Co 'w L 'w 0 W 0 O C C•- L 7+ 0 n C 7 C n C C O C n L V + 7- L+'O N W F -m E- E W E 00WPO N-4' owq� 0X 300E 00+ 0- W O 0 W000.0M OTV V� �L 7QT- Ta 0 U •0'a OE OWQ 03 O� NQ-1� OV0 ND Yin 00+� OV O a 70'00 O W Ny C dr CZ C0 CW 7+ IL N h'I Q N 16 r_ OD T O N M Q N t0 J 3 u 3- 3 C Q LL N M Q SHEET 12 OF 29 _ Traffic N� � Safety a u oac ,Texas Department of Transportation Standard Q m J W J K Q Fa �Q O a w MQOZ BARRICADE AND CONSTRUCTION W3oC o: PORTABLE CHANGEABLE M . W 7 W � D: J MESSAGE SIGN PCMS N a w x m v z -azo- Z--oa o W x U MV) p BC W� ` I _21 Z m N Q w O M TI— bcsm.-21.dgn oN: TxDOT —TOOT DOT ow: TxDOT —TOOT DOT x oC U--O ©TxDOT November 2002CON7 SECT roe NIcNwav 3 W 0 3 EVISIONS Ln w9-07 8-14 GIST COUNTY SHEET NO. a 7-13 7-21 C L� DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B L + `° W m UN ¢ N r N X X Z X ~ o N y O J L�Qa XXX Z¢Q Zx X�¢ XN ¢oa X W x ":2 m WO O O U N W �x� UZ U} ra X W X~ X W H U Z X C 'L P TC ~ 4-- Q U HXX Q a m� m� LXX ZD X X Z Q OXX 00 O O.0 N * Z X V O N O N CC Z O a) o TC V ID J O O C C L N Cuua Q + r $ da + awn L 0 7 C C O 7 0 7 C 1 0 O W W - C C N L L.0 Y - + LLJ Awa �Wa OWa =WH W-- >J >2 W nn L S C .d0 N n } + C .� w�� .-w� .-w� �w� �QX N� .-LL .-�Q a L a Xa za a » a NJ o nOwoO OO O O J NJX QLn .-NX >NX J W ¢ OQ C, w a X X x X N N •o n L•- O a O Z TL C ?i ¢ U O Q, O+ U UCS -o% DLL o 0- 0 0 0+ U•-C Q V O O U a) 0 U C Q:2 ^ + V U 2 L O D•- L N-C 4)0- a' CO X wQz N x X X x X �N o aniO�CC •-O w + M O'""' X X a vi =.O- L U O•- C N C1 a) + N � X OMN X W NX�- XOX XOX O L V L�y J ¢� wJ0 zX� aNw X~ X N~� N c_. o o is ow aLia a d Z N O W 00Qa x x W w o nD0E1w+J-C cv 0 0 N J M U la y '0 0 7¢ C_M• S N O C O �� L 0 0 O H J O O N CLL' c o n F O O O O O Q Q N OEEL Z •O O .OO O NWa 2•_ DIN a N C N H " Z W N W v � z C y W M 0 L 0 L O yy C + N W H x�-- 2 W X 2 N H N W x J x y+ -OF L EO=D .won W.- N + �Z2 W XX XXL W X U�Y Ur ¢ a 00W UW W a ao ON U CCJ QQT N0 u01 L L. N N 0�-U NX W "'�x� V) OU a J a O0 Z-10 �0Y TL 3: Tx E�� U O Ono a) /W.� O 4- w J� 5X W,r0 5 , ¢w Xw w N w0� ¢w 0 Ory o o n v vw c•- W�L V > N 4- X� X� N Z O �' H WO d x Z ;1 L�CLGia COm+O0 + O 0 W H N O L O n Q N?O x -� O LS U L J �W OW DxO:QiaQD- a 41 L N �, d y He O IC>+NO N _ O N -N n vin ao�com > Ta C W O O X Z D+•- O U +O L W F M FLLJ X O X= NLLJ = N N W H N DLL w H �H X X Y X Y Ur U W W r W C 30 c U O X X V) r x I U x F 0 c J w Q D w N=H Q Z Z .A W x � a J 0 x --Q Vcc• U O Wim- wZW 0" ¢NO �U QW XW wax 0~O N J >0 0 L Q + 0 X X N O N H N N W 0 N X 0 M o n V y v W 0 _• ono a a - E O OC O N C )IC O J O T O 0 3 0 L O w li N o ya+ Dn Cva CC O a) p� Y J 1 L u N O > U T OWL N� N� r UW U Z N W a O 3 v_O-_ + I.L O + M w �iw Q --�J �'--'~ ZNw 2 W � X W N� C N ti O N 0 --� W 0 ?i W --� N W W W W U U 0~N X~ J W w - N a1 O+ o n O NCON J OQX QMX WM ZWX wZX 00X �w'�_ XXL Z� }+ 0VO Ono CdU V'1' ax ax 0¢ 0¢ ¢x O X ¢x •-X+ E M W X JQ X �i�X U<X ZJX a'a'X QZa. N W J N ~ O a) y1 + (D T +~D ~ L CO W X ZX x X X x W X EOV Oz C N+ •3 D+ TL Q ODD L + �- y O C y'O�•E N 7 7 N V O ,A U N+ O + N— 107 0 N 00 W o E N O V, a+0 U U E d >+ N N (�= Q Q O aJ D > O Y �a)NN > (f) U r a'N J NN UU H J~ a'W M X U J H O N N L�r W N- N_ TO O Q L•_•_ Q W W 3 W Z'--W W W X W W d C N L N O•- N}- E+ O•- 3 J L L • L 0 W U O Z W N W 0 J 0 X a LL Q a O N+ + O N C O+ V + > O'--' N Z N T W L L N O N Q J UX �X UW X 0 X X X W x p N� Q'- N h+ L L UL N C� C1 L Q X Q X Ucr X M¢X 0<X W a s m X Q'"-'X Wy ND O O C OL UN T7�'�+ O YO Z 0 + 0X JX ¢X W�X JUX 0X 0 2 X DNX �O ]p L C C CMD U C•- O Q /�/--�� W X Z X X X Cr N X X �a w L T (D U a, 0 V y C D O u� i O N D a L O C L E — o'- N owe +- v�i` uvicLio+ uoo } L W W + U O a)w 0'0 C U L (n L } avz Z a) a, LO V C_wcdain 1VO (D W a' Z N X Z C J J L} 7 N C C+• 3 0 CO x V• C J U 0 W 0 J 0 X N w W Z) 0 X O W J w 0 w 0 LL - W cc) O O u h C N+ L N Y a 3 Q C ¢0W OW W W W Z W� O�W X W J W W i+ - ^ H W CO Z -Y N L U D - 7 O� U L V ¢N J N N W `�Z Z) N�-N N- N N C L ZOO DOX 10X =Za ~QN XO QO2 x O QO c00vmo 'o a�iO 2 V vQ r o J E O•_ ^ W Oa'J OJX UJx -j ¢JO X W J �--J OF J Jw N (,� L Ii U a' U 2 UX UX J X U XUX U XU� L nye U U O a 7 O D C 0 3 C L 0 W N a' U W a' NL W I O C U M1 EO� U t t} 0 ~.. U Jk 0 n CO L J O C_ 7 7 0 0+ W E v N .0 w S 0 3 c a o+ w 0 X N r X T N O N O J E'0 L T Z Q r 0 W 0 X X x 0 M 0 W N 0 0 Q C] X 0 C x L y cc O w O O \ ¢ X Q X N ON 0-1 is a a•--- v OW Vo C W J 0 W 0 W W W W W W H W J wi W X 0 W W L c wN•- QN2 QOX ozN H 2 V Z 0 �zN •-N J W N X>N a v a 0 W 0 x M O N a0.N U¢_j W_j_j `-J O ¢00 W 00 <>O X m 0 Q N !� � U X O F U J U U U Z U >J U U O U X U 0 O ¢ W SHEET 13 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC (6) -21 FIEF: bcsm-21.dgr - TxDOT H:TxDOT ow: TxDOT H:TxDOT ©TxDOT November 2002 CONT SECT Job HIGHWAY PEVISIONS w w 9-07 B-14 J DIST COUNTY SHEET NO. Q 7-13 7-21 C DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Y O O+ 3 N N W L 1D m mJ ° Oar I.V Ld o m+ E L m d W0 C Q lan)m L L c E N 0 N O LN L U C CO MV N a 30N L C •C 00 y1 EM 7+ �•L Z..Z } m+ ocrdv n� CO y Q O d) O L L a' N L O E c 0 0 �� _° N E Cry c T C C.1N O aa)) L N Q(+�J v+° L °D —•L L E N Z L N Z CODUN) Ld JY 0. O 00 U) O NT �+ L EE O +° 0 aEO Y L 0 a) W L07 �`�� > NL O D 3 L N+° 0 m c m N 0 � O 3—=C O C a 0 m N N 0 O•� O U V "M O L O 3 L O a) 3+ _ �` �� n°,no J5Pi8 n and 4 LL a c_ H 00• 0� OO�N NN¢ NCL r W cO�Q > Zw E Z (J N ° O Z y M O to Q OO a r N O OT CO-D L � W d o L L O m+ L }1 jmN —°+CN a +CT L 4, 'Lu L0D ao3OaOno +0+t Y Cn- L U UJ C nj t0 0 1 2 00OO Nnata± m i CiC XU'C 70Oua' E na) 2LaE Z 0 yob a 1C + ON C L L O W aZ wQLm5-400, - 0Dci Oc0 Z W 0 Ic 01E EN O ONa) NO 'O N+ ryES 10 W N 0 11 °O QL 000 cO 0 0 0 0O 0 DO OX a) U+ Xti L a) o �n O d4)L +Wo Q ,00 to C O n O a CO a C « > La) W 0 cl o H P c oa C6 w 0 /Wy N n 0 ° y L O U cc .� n a d a)C N D •O Ix O E 0 O L ry w w O O O — > C C O N L O w L 0 ~N O L O N — 0 0 3 L L d a) U 0 000 N O a) O c O O 0 L O Z 0M N Mt0 c w O C L 0 L '0 L N U D 0 0 L F 0 0 0 0•- O N— L N O a) L a) a) d O O E N•- O N — O O E Y 7 L > O O..c } 4"0 7 d — O} O 0 0+ N c L •- O + •- O + U C N N L L U O O U .0 N ti 0 w --' a) d ar•-L 00 N E O O O O•-a N M N ;+ C — C y N O O — a) a) 0 L a) n U n w d O L O 7 O a) -X+ O 3 L+ 0 L L C W C 0 N O N U - O O C } �.0 Lp+ + T L + a) UOO nOE LO •U O d� E d O (D W C L a) U •L a)+ n 0 L N C N N U O U c O "a° CLJ ° - N LO 0002 LO} > L c O O O O 0.00 O 0 0 •L m m OD P C U L+ .- O .- O a n C I. N C U- L N•- L'� F N 7 0 d•- a)+ c a) d 3 LL d 0 0 O N •- N O O C O L O— - C— U } > N L O N O+ O U w D CO 0: V N O O N E'� L 7•- N E •- a L w 7 E N c+ 7 7 \ rm T VN L T +O — C— N — 0 0a0 U N L L L 0 L 0 m.0 }+ — .0 O O UL Oa NN L n 0 d O+ d DO— N L N J.c W + o- LaL 31O— O — O ti L ) L a ai UO L V O+ a) LO N w ON C O CC; L 0w > L + W L L 0 0 Oc w c ; m N - o O wO a) 8 .0 a)+ N •- O n (DU O C ¢ OL U 0 N O m N a C NPOL.0 L O arL 7 L a— U N C U c N •- -c•L N aTX•- a) 0 •V�LyLA 7 '� aNna)•�tar-r+ ON Q N E U 3 U+0- c O a0—U wa)U+ n U a) EO + Od- O L O d L a NO ° > + a, O ° Om > O C ° .0OO 0m LO— N TU ) NO tpL LL N• • +m0 0 L+ NL L C aLO LJL ° 0 O O LL X 0 0 L OOw Ua) ELL — C N LO LOC ; O U— •- L TN a) O O O— mN •O •- OC NL zO c N N c n- O E — L n L O L 00+ nL a) L 0 O O O c3 } w + 0 • + NLC mm L w U W C C• O U O O o U•> a) WW L 7 L 0. N �y L 7 N a) O•-+— O C7.0 L— C— IC+ N U•- 0.0 L C O D L d L d d'r W N O 7 0 w 0) O N L N+ O•- N N 0 P L W 0 L CO •` d •-} O N a N L L— L > 0— N P L tp m N O l 0 L 0 0 0 w 0 0 L—U a C a) 7 C E N.0 —}U`� L V U c — — n 0 (1, N a a O•- a) -Y O O a) V O N - 7 (D•- ()- N () L O n a— a)•U L a) 0-- 9) •-O C N d•- tq m m} Z '� O+ 3} O L 0 N a) C 0 0.0 •- n M > L O E O L a) C 3 C— 0 to N•- n E 0 L P O - O C w O C N N•-m 0 0+.- ty L++ O O- U. L N L•- P L O m O N N+O a) C °- 0 LV a) V V [ O +.0+F C m L U O—'�+�+ L P E c M E P L d d 3 0+ N-- PUD d+ T°V V W-N E—U C L Q O N N LC O O N 0 °m E a) ar N 0 O.0 N N- L 0 X > 0- ow c M LCC OU U L L C O L L L O}•-L L N O L O O L 0 T•- 3 Q U 0++3 E N+i L m+ M a 'A Q L�.0 l n N 0 O tr_m � SHEET 14 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BC (7) -21 FI— bcsm-21.dgr — TxDOT H:TxDOT ow: TxDOT H:TxDOT ©TxDOT November 2002 CONT SECT Job HIGHWAY PEVISIONS w w 9-07 B-14 DIST couNTv SHEET No. ¢� o w 7-13 7-21 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B _ N o - � C O N N O - N•3 O C 0 O 0• 0 C LO > L L O N O O N w> O JAL O 101 •N O" C N C@ O _ E N O U U J C C 0 7 + +O c - U L OOC P• OPON ? - L •N N C U N O C N C L Z L - O N T•C•- w + C•-} •O•- N 7 P V N •3 L N 7 - L C O C O N P 3 O C - L Q L L - O O O O E L N C LLy C Q - ; N + +O Q w V C 3 0 •� E•E V 3 •O O N T L' •C - L - P C N a N L C 3 Q N Z O E + Q N L + - 7 N O L + O O Z C c •L •> O g F Q O M > a O N N L O - N O + C T 1 O I O D O D •; U •U O N- -a U N a Q- ✓J m N N +-D L O c N•C O O N a c T N 0 C 0w w Q D•- L L E M+ O+�L L 3 N N N } O 7 N N N .-+ O N > n N L L y N- E= -= C N N 7 0 L O C U C O J 0 Q O Naw - D} C L N Q y O N L L LL M n C L C O O + w D nd o= 3 oa- 0 - TE+ W d N P } •- N N N U a O CON C N l + O OO C C ID > y LL L3 L O OC N d O N C Q N •O L OP l C N N 7 Q N N N N L L > O N N Q n N O U Q U O L CC O c O O O O N NO Q C c E P L 0 O P- YL L1 L N'0 O N n 0 N } c c 010 o a N W L t •NCoN_-+NEX7•+ONV- EEN+NQO+�7 C-} L 7-N +••-•}wO - •-O-•-+N N +aV7 NNN- 'O N •- N a Q} ON LL- oOMmaL- Lr -w; QLaO a C L L37- O a wO O N L O L L E 0N a C 7 C L N L u7 ow .N N}- O PON O eN - o a D C a L O N a D o w - 0 + QC + 4) w NU C X N C LN L C C . C - D Z N NO CP O o0Q L > NON N ON U o •P - OIc0 014) Xti L N C N NQ - U OC-•C 10-•N .0 N + Z • •P O P N •C N L L N L L C_O PLN UWN N C E N L P X NN O O a L D U O•LN L O L N P - N O •- N C P•-D U (D ID L U O- OD a 0+ C O O - UC N N C L ON NN Oc N N C N O N C LO+ ON Q N r N - L L O•C Z O N L U On NN L co O C U L QO2 CQ.0 } L - 0 L N C QL N} P+ a >+ ` 0 0 0 O N Q N N N N N a NNO L ; WO ~ O-0 0 DaLLN'cOU OC LNOWO7 L WOL 0 O N O- 0 C O N O 3Sw 3 C 0 N0 ID NN +LV L O N L V N CCo a L O O 3 N D0 a) O CawO N C O N O N - N O N V - 00 CF¢ } CO NLL L C NLQ LLD N0 L NLL > LL ;O a N N3 N P > 0 L N O O N O O L C 7L+OLL N - C70 N OL L NP N_ N U 3 U L C + OU C N O P7 O L O O VV �OC LOL N OO O N L• >0 0 E D L C C1=.0 L O •- O U - N 0 O N o 03T3 QIDN Q Q N 3 O UaP O Z L C N N N UUL O7a a - NN NN L C C NJN L- C - C N oP C Q O Co Co L 0 L N w CO L O E N C 3 L N N - E N N O Ow O O N Q O O _ a 0•O NC 7 a 0 00 7 Na N� r > n N L) a) 3 a s 11 ID\ + O N L O L O EO O O +NNO~TL N OTLNJ aa+ 0 NL0a7ad L3 LC UN- N•N- NO a Va D NV+ •f C'}�•- Q N+70L LUU M+ N 00- 0 0-N aCO OL C C U•-- N 2 aNN PN c Q3O- Fa 3 T-OT CNN0 3 aN L Ow c N- C - N � NL- - N c N NL ~N N N • N CV C, - C N TO O+wO+O+ O + OPL } O L•P 33L NCF C a ID L L cu3 L a +L CC •CVC U•O D+ N Oa0 CC -+ aNa P N 3•-L Na L NO+0 L N L (D L a N - N'0 a C+ 7 N 0 N c O N N N Q N a N N o N L ID-C+ OO C C U-+ CO O w ; N D Z + N 3LQN C-5_ >N 1 + O E - CO U JL N L N O Oa O L c Na N C0O'0LQ'O }ONL0 oz d' 0 � OOOO L 0 O O U } � EN+ N nL UL M Q DTCL Q OO no NL N E L C -a LN} L - 7- n L Nn LaO O O C N WQ wN7 '0 •O NL PP Q3 P - aT C O•LO- O•-- -•+L- }E W 3 �•+M O+ +N UNp+ y"pjN - M O+N 3O N} C U L7 0 >NL XTL 0+ F N N 0 N O U - C L N O aN U O NCN 0 N = OO N C L EUOdJ • Q � ONC C C C c - O•3 C a L 0 0 + C O C E N } OC OP- LLO •a O Na0 0 OLNO OC a C N CN a 7+L C N C N U N 0) U of10 E Na MONOUo CN•- NCL PaO -O E N LNCv 3- C }a cN- P+ - N c DN 0 2 +O + j w N L U•- O- UN •-3 O N Ic Q O L U L O a O}LF'co Z L Q UN •a-wL {F_=J/1 LNyyENP-B+LNNP-LL+03••-L-aPN3 F LN O O v 0- NN-LN CN PT Ow-V WO NVN- P •+O L + + P > a•C N P ~ a C > T E C C3CU n N .N .N N P C N CC C c Z N 3 N O- N P•- O O N m D}UO D-ENUN •C L O YO � c N L 0 0 O L D W a C N3NLN > PWPCN L O- a L O c L - w•L v3 D Lo + 03 L N O - } O 0 3- - o 0 . NZODCOD,- O PL Z � CC Q 0 L L D co L 0 a == P N W - DCC CC + Nd( P- N77n0 L TO C O L O •O O C L L- N p- lTO L w lD N - L L O - P L L l~ O P+ •N U L A N L L C+ N+ T- Cp- U 0 0 c N C O a a OUUN L O L N OT•C•C p T .c L N Q NwO C L N Na 0 NN } 70C0 - N3 .- NC ON NNC D L Q O LL' NLL+ NN O Oa O c N N+ N O U N n J N 0 0 0+ } Nn C 3 3 \ 0 C •- N > c - N LL L o LUL O L N L N O L NO NL N o + Q N N NO 0- C W L PP N N 0- ,cP a 0 c O N•-a 0 NC—D+ O, LPCV3- c O N N C C 3+a+ — 0 N (� C- C QN UN•- LC'+� C - , QN QN•- 7 0 UC P J F 3 0 Q L N 0 0 •O-.0-U3•-wN N77+ N P P N P NT N C L L L 0 N a OO aNN .LC_ •X Z CC DN NU wC 3U Z N C 0 C N 0 N 0 NcM3 0 0 PCE L L ;+ ;a L U N M ; E NNNNC N O Co o c L L n N Q > N Q N QOn L N N C N7 N N N N N i T Ic O ¢ 3i 3U3 3O O O- - �. �NM c N U ti 00 'T. NM c NtOti 3 N he If) U ti 0001 SHEET 15 OF 29 o c JO cN +0 0N L+` 0 0 o ;+o N , Department DSTiravaifsfefitoiycn L D Texas of Trans Transportation o T- Standar d 0o Eo > EL LO• BARRICADE AND CONSTRUCTION OO N N aoQ ARROW PANEL, REFLECTORS, a - - I o WARNING LIGHTS AT TENUATOR o naO U nRIL °5 - BC (7) -21 O J. v TI— bcsm-21edgn _H:—TXDOT —TOOT ow: TOOT _H:TxDOT ©TxDOT November 2002 CONT SECT Job HIGHWAY EVISIONS Ln W 9-p7 8-14 DIST couNTv SHEET No. ao 7-13 7-21 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B FLASHING ARROW BOARDS C.0 aArrow Boards may be located behind chOnnelizing devices in place for a shoulder ,mow toper Or merging toper, otherwise they Shall be delineated with four (4) channeliZing 00) devices placed perpendicular to traffic on the upstream Side of traffic. +o CUd L D 1. The Flashing Arrow Board should be used for all Ione closures on multi-Ione roadways, or slow 0.m moving maintenance or construction activities on the travel Innes. 3 L} 2. Flashing Arrow Boards should not be used on two-Ione, two-way roadways, detours, diversions Z E or work on shoulders unless the "CAUTION" display (see detail below) is used. 0 3. The Engineer/Inspector shall choose all appropriate signs, barricades and/or other traffic • " control devices that Should be used in conjunction with the Flashing Arrow Board. 4. The Flashing Arrow Board should be able to display the following symbols: U•-C QD•- -} 4)0- c c D SOW O.a) • • Uhl L 0 N • • • LL N a (D • • • Oo C.C0 • • • Amo • • L Wo N c_y0 • • OR • O 10 O N • • Wt ± • • • • O 7 • • • • d d L(P 4 CORNER CAUTION ALTERNATING DIAMOND CAUTION • • +NO T y C D}•- O N30 • • • • • • L O W • • • • • • >O O • • • • • • • • • • • • • • a n • • • • • • N a.a o o DOUBLE ARROW LEFT & RIGHT L E 0 CHEVRON ARROW oa L L LEFT & RIGHT C0a) owc } 0 0 5. The "CAUTION" display consists of four corner lamps flashing Simultaneously, or the Alternating o X Diamond Caution mode as shown. C 1-.0 6. The straight line coution display is NOT ALLOWED. w n o 7. The Flashing Arrow Board Shall be capable of minimun 50 percent dimming from rated lomp voltage. 0 d c The flashing rote of the lamps Shall not be less than 25 nor more than 40 flashes per minute. y o 0 B. Minimun lamp "on time" shall be approximately 50 percent for the flashing arrow and equal w 7 E a intervals of 25 percent for each Sequential phase of the flashing chevron. '-'N 0 N 9. The sequential arrow display is NOT ALLOWED. <.0—r 10. The flashing arrow display is the TxDOT standard; however, the sequential Chevron N } display may be used during daylight operations. p Y O 11. The Flashing Arrow Board Shall be mounted on a vehicle, trailer or Other Suitable Support. 12. A Flashing Arrow Board SHALL NOT BE USED to laterally shift traffic. 13. A full motrix PCMS may be used to simulate a Flashing Arrow Board provided it meets visibility, flosh rote and dimming requirements on this Sheet for the Same Size arrow. 14. Minimum mounting height of trailer mounted Arrow Boards Should be 7 feet from roadway to bottom of ponel. REQUIREMENTS MINIMUM MINIMUM NUMBER MINIMUM TYPE SIZE OF PANEL LAMPS VISIBILITY ATTENTION DISTANCE WHEN NOT IN USE, REMOVE Flashing Arrow Boards THE ARROW BOARD FROM THE B 30 x 60 13 3/4 mile shall be equipped with RIGHT-OF-WAY OR PLACE THE automatic dimming devices. ARROW BOARD BEHIND CONCRETE C 48 x 96 15 1 mile g TRAFFIC BARRIER OR GUARDRAIL. SHEET 16 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BO (7) -21 FIDE: bcsm-21.dgn — TxDOT _P:TxDOT ow: TxDOT _P:TxDOT ©TxDOT November 2002 CONT SECT toe HIGHWAY PEVISIONS 9-07 8-14 DIST couNTv sPeeT No. a 7-13 7-21 C1 W DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B GENERAL NOTES 1. For long term stationary work zones on freeways, drums shall be used as the primary channelizing device. 2. For intermediate term stationary work zones on freeways, drums should be >1c used as the primary chonnelizing device but may be replaced in tangent o 0 sections by vertical panels, or 42" two-piece cones. In tangent sections, , 0 one-piece cones may be used with the approval Of the Engineer but only o i if personnel Ore present on the project of all times to maintain the 0 Cones in proper position and location. 0 0 41 W 3. For short term stationary work zones on freeways, drums ore the preferred o L L 7 channelizing device but may be replaced in topers, transitions and tangent sections by vertical panels, two-piece cones or one-piece cones as 0 0 approved by the Engineer. 18" x 24" Sign 12" x 24" Z 0 4. Drums and all related items Shall Comply with the requirements Of the (Maximum Sign Dimension) Vertical Panel +w current version of the "Texas Manual on Uniform Traffic Control Devices" Chevron CW)-B, Opposing Traffic Lane mount with diagonals (TMUTCD) and the "Compliant Work Zone Traffic Control Devices List" Divider, Driveway sign D70a, Keep Right sloping down towards a a•- (CWZTCD). R4 series or other Signs as approved travel way o•c 5. Drums, bases, and related materials shall exhibit good workmanship and by Engineer on d Shall be free from objectionable marks or defects that would adversely o w c affect their appearance or serviceability. a u d 6. The Contractor Shall hove a maximum of 24 hours to replace any plastic OCE drums identified for replacement by the Engineer/Inspector. The replace- Plywood, Aluminum Or Metal Sign ;-m 0 ment device must be On approved device. Substrates Shp I I NOT be Used On 4SD GENERAL DESIGN REQUIREMENTS plastic drums C Soo •o o} Pre-qualified plastic drums shall meet the following requirements: W 1. Plastic drums Shall be a two-piece design; the "body" of the drum Shall Lo a be the fop portion and the "base" shall be the bottom. 2. The body and base Shall lock together in Such a manner that the body separates from the base when impacted by a vehicle traveling of a speed 0 y L of 20 MPH or greater but prevents accidental Separation due to normal SIGNS,CHEVRONS.AND VERTICAL PANELS MOUNTED y 0 handling and/or a i r turbulence created by passing vehicles. ON PLASTIC DRUMS AW c 3. Plastic drums shall be Constructed of lightweight flexible, and 0 o• deformoble materials. The Contractor shall NOT use metal drums or .0 L L 1. Signs used on plastic drums shall be manufactured using d3 o single piece plastic drums as Chonnelizofion devices or sign supports. C w 4. Drums Shall present a profile that is a minimum of 18 inches in width substrates listed on the CWZTCD. i o L at the 36 inch height when viewed from any direction. The height of o L W drum unit (body installed on base) shall be a minimum of 36 inches and Shall be manufactured with Type BFL or Type CFLOrange in n E a maximum Of 42 inches. Sheeting meeting the color and retroreflectivity requirements o c 0 5. The top of the drum Shall hove a built-in handle for easy pickup and Of DMS-8300, "Sign Face Material," unless Otherwise 0 O w Shall be designed to drain water and not Collect debris. The handle Specified in the plans. 0 0 d shall hove a minimum Of two widely spaced 9/16 inch diameter holes to 0 allow attachment of o warning light, warning reflector unit or approved 3. Vertical Panels shall be manufactured with orange and white w o 0 compliant sign. sheeting meeting the requirements of DMS-8300 Type A or Type �0 0 6. The exterior of the drum body shall hove o minimum of four alternating B.Diagonol stripes on Vertical Panels shall slope down C i_.0 orange and white retroreflective circumferential stripes not less than toward the intended traveled lane. wn 0 4 inches nor greater than 8 inches in width. Any non-reflectorized O y C space between any two adjacent Stripes Shall not exceed 2 inches in 4. Other Sign messages (text Or symbolic) may be used as G) p° width, approved by the Engineer. Sign dimensions Shall not exceed W 0 E a 7. Bases Shall have a maximum width of 36 inches, a maximum height of 4 18 inches in width Or 24 inches in height, except for the R9 a L T a inches, and a minimum of two footholds of sufficient size to allow base series signs discussed in note 8 below. 0 to be held down while separating the drum body from the base. `" c w 8. Plastic drums Shall be constructed of ultro-violet stabilized, orange, 5. Signs Shall be installed using a 1/2 inch bolt (nominal) 0 X0 high-denSify polyethylene (HDPE) or other approved material. and nut, two washers, and one looking washer for each 9. Drum body Shall have a maximum unbal lasted weight of 11 lbs. Connection. 1O.Drum and base Shall be marked with manufacturer's name and model number. 6. Mounting bolts and nuts shall be fully engaged and RETROREFLECTIVE SHEETING adequately torqued. Bolts should not extend more than 1/2 inch beyond nuts. 1. The Stripes used On drums Shall be constructed of Sheeting meeting the 7. Chevrons may be placed on drums on the outside of curves, color and retroreflectivity requirements of Departmental Materials on merging tapers or on Shifting tapers. When used in these Specification DMS-8300, "Sign Face Materials." Type A or Type B locations, they may be placed on every drum or Spaced not reflective sheeting Shall be Supplied unless otherwise specified in the plans. more than on every third drum. A minimum of three (3) should be used of each location Called for in the plans. 2. The sheeting shall be suitable for use on and shall adhere to the drum surface such that, upon vehicular impact, the sheeting shall remain B. R9-9, R9-10, R9-11 and R9-110 Sidewalk Closed signs which adhered in-place and exhibit no delaminating, cracking, or loss of are 24 inches wide may be mounted on plastic drums, with retroreflectivity Other than that loss due t0 abrasion Of the sheeting surface. approval of the Engineer. BALLAST 1. Unbollosted bases shall be large enough to hold up to 50 lbs. of sand. SHEET 17 OF 29 This base, when filled with the ballast material, Should weigh between Traffic 35 lbs (minimum) and 50 lbs (maximum). The ballast may be sand in one Safety to three sandbags separate from the base, sand in a sand-filled plastic Division base, or other ballasting devices as approved by the Engineer. Stacking Texas Department of Transportation Standard of sandbags will be allowed, however height of sandbags above pavement surface may not exceed 12 inches. BARRICADE 2. Bases with built-in ballast Shall weigh between 40 lbs. and 50 lbs. KAa�I CA DE ANp GQNS T Ftll�T I QN Built-in ballast can be constructed of an integral crumb rubber base or ar a solid rubber base. 3. Recycled truck fire sidewolls may be used for ballast on drums approved D HANNE L I Z I NG DEVICES for this type Of ballast on the CWZTCD list. 4. The ballast Shall not be heavy objects, water, or any material that would become hazardous to motorists, pedestrians, Or workers when the drum is Struck by 0 vehicle. Q}'► 5. When used in region$ Susceptible to freezing, drums Shall have drainage BC holes in the bottoms So that water will not Collect and freeze becoming FIS bcsm-21.dgn - TxDOT _K:TxDOT ow: TxDOT _K:TxDOT a hazard when Struck by 0 vehicle. ©TxDOT November 2002 CONT SECT toe HIGHWAY 6. Bal loss shall not be placed on top Of drums. PEVISIONS i,im,i 7. Adhesives may be used to secure base of drums to pavement. H J 4-03 7-13 7-21 DIST couNTv SHEET No. a 9-07 8-14 C DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B This detail is not intended for fabrication. See note 3 and the CWZTCD list for providers of approved Detectable Pedestrian Barricades Continuous Smooth 36„ roil for hand trailing Detectable Edge 2" Max. DETECTABLE PEDESTRIAN BARRICADES 1. When existing pedestrian facilities are disrupted, closed, or relocofed in a TTC zone, the Temporary facilities shell be detectable and include accessibility features consistent with the features present in the existing pedestrian facility. Refer to WZ(BTS-2) for Pedestrian Control requirements for Sidewalk Diversions, Sidewalk Detours and Crosswolk Closures. 2. Where pedestrians with visual disabilities normally use the closed sidewalk, a Detectable Pedestrian Barricade shall be placed across the full width of the closed sidewalk instead of o Type 3 Borricode. 3. Detectable pedestrian barricades similar to the one pictured above, longitudinal channelizing devices, some concrete barriers, and wood or chain link fencing with a continuous detectable edging con satisfactorily delineate a pedestrian Path. 4. Tape, rope, or plastic Chain strung between devices Ore not defecfoble, do not comply with the design sfondords in the "Americans with Disabilities Act Accessibility Guidelines (ADAAG)" and should not be used as a control for pedestrian movements. 5. Warning lights Shall not be Offoched to de+ec+oble pedestrian barricades. 6. Detectable pedestrian barricades should use B" nominal barricade rails as shown On BC(10) provided that the top rail provides a smooth continuous rail sui+able for hand trailing with no splinters, burrs, or sharp edges. Handle 18" min Top Should not 9/16° di a'. (typ) allow collection for mountng of water or I signs and �� See Ballast debris O warning lights J J J I Note 3 Sheet 17 4" mox 4" min 8" max Each drum Shall have (typ) a minimum of 2 orange and 2 white stripes SHEET 18 OF 29 using Type A or Type B Traffic re+roreflec+ive ( p , Safety w e Division top stripe being Texas Department of Transportation Standard C_ x orange. E E M BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES Toper to allow for Stocking 0 `QI BC !O) —21 minimum of 5 [� drums FI— bcsm-,I.dgr — ow: ©TxDOT November 2002 CONT SECT Job HIGHWAY PEVISIoNS w w 4-03 7-13 7-21 —DIST couNTv SHEET No. a 9-07 B-14 oLL DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B a U a of + Oj0O - E O+ N y aU •U C. OP 00 00 0 0 0 0 0 0 00 C X [p LL• - O'[ OC N.> a a L O C.PL -- n L C - _FN. a N O C •Oa L 0-L LN F•- > •- U 0 O oO•- MO a U O D C- - Q F •Z+aOO(T).-..`aaCU�__}.+NEP[_ [atNTLo•wor �P--LonOL+-Ca O NY}CT wa3 D>LO '~t-L O }d-O }QQ_ LLOO ,fff,7 ZurJ. WTC L na L L•2 as a a•- a CO U D0a ooL O > •> nL UCl 0,_ O O -N + a U•+ L -0 o na n OC> OLnO " aLnLO w L N D L a + O0N_ + Ln lD tOD D O a l > OV N p > VL a QO} 0 P U O o Q) 0 10,r a WaoV CW LL L dIL U 06 +o + ac CN D N M+ 0 aaC 00 L C 0 %A -4Ln 6 6 6 6 OyOD C\j O WNOD O 0L a l n V O L C 0 V n L t C O+ WLL C O+ a O 0 a O+ NLa nC L Lr) to 0 r OD M O) C LO 0 OE- P L ONL - a C 3 a ; Voa a a o a D D L• 0 L O LoLoOLoOOLnO N CO a O •7 YTa L C 06 0L - a C'L oNOM Lo O Lo 0%a 103, VPOOE O - 0LL UO ^ N Ln t9 o OD 00 >O+L C a O 0 3 C 3 0+ a s a L 0 a a- a L0n - L _ C D- L LT> oOcwN o n 0 0L- o O D aO a D Po O a C L}N NO a L L a O N ul 0 0 0 0 0 0 0n' + - + D3L O LaE ow ^ O O 1NN Ln Lo LD CO cL W = + L SO NN Wo - aN n ZFO W a O L > 0 1- ��Q�•OJJw.. Oa N D LN O w U- 7 3O •C N+L D- O aD p Cl N ZVcx o - a a V V Q LyUnL N Qa aU E O V) W Q O C nNP0.00- Na P C LP•- L O C A O E L L N a s ND C D•O•La OT CO 03w•C L O O d a d L 0.0 O C^ L •PL- 0 -3 D}aaw C aLLaO D J' �K LpJ 6ND+N ;N W O 0 _NOOnUT O llnCO OpOOy O L C[ E O C*a O U) T a+ C 7 DOaLw a atoaa U C> Ln O Ln O Ln OO a L O T C L a 0a3a V> a C.0 Q Q n Ln D to 00�N �O U•UE a- L ND7D L U F.-m O7ya O ti NO •C �0n PON C + Q r tD w- Oa0 N �O 0 x aC o o - E r + X ti L 10._ y = O C O L to a E E U r7 a O T O C L p>p' o o C N C 0 E L a O+ 3 T L O C E + N N C OJ U - aaL _ - L>L Wo N pp O O U L O a 7 3 X C Y O J O L TtOp C J CO Q O - E D O } O O+ N o 0 D+•- O U 0 3'o > 3•- C O D U C DL L 0+ a-6+ C•- C ao F- a a 3:0 N+ C L C E 3 C - a o 0 0 - C W L o C 'O+ a L - D + L V- L a a J a D•- O } O O D O a-0 N O m D a D} E L U a - P n a 0 0 >0 0 yl C C U D C > 000 to 0 a •3 C e Z M O n P Q A •> P a a 0 0- O+ U U - U •-m W C •-•- N N U O n L O C] n X O+ n to D'O•- P n C a P a a N F N n 0 L a T L D a a•- E •- N C a C1.2 a M •_ E - /// \+✓// � p O a a'o O a O C D} a•- O a O L T L '00 O C 3 L 3•-•- 3 D > O L V>- a•- D C O •L a O 0 D o n a a a a C O 3'� L Ow W 4► J a 0 7 a O L N } L a o L 0 O O - U U O N a UO N .0--U 7 O-5 Q C L N COa N N •� oT- ala D pap> a0 - 0000C 0..0 op L J O D 3 0 a a D ` > T to } O N O C .0 W + o F c to c V L o Fp a U C ry} a Nti O C W O a a P C a 0 E > a N N a a+ L 0 N0 O N'E I 9 •- C C C•- O to T D= > L O•- X+ 0. Z P+ O O•- w a D M L N M M•- O L C 5 C O - U N > O Pc J L O O a a- + L a•-•-•- D C V+ n W a +~D tAC OO aLw Na ON •- .O OaaaNl r T L O•- E L - -w a s tN a U+ - L C> a 0.00 n- L a C O N L D a C O a a a w - a ac ' uiw ..7Z ' / J ooCoLa> 0+ aoLo> L) V)V)iw+ °L>AD+OD+ aO l•Y-•w0¢tn OE N- I� e N yO> raCEC e Z a ID w7 V~D� N N.1 a - aS D N N C w ° 0 W W O a DE 7 DcoDoc wC m 0 O 0LQVrLJLo n > E o L o Q D � v I H o (� E 3. V1 c O • a v } - �E � a D � r o N RDM iaADJ4 aAOOD 9OUD4S!0 -U!W „9� p C!_ N•E � N N SHEET 19 OF 29 o 6NOW:::�� �=* Traffic Safety Texas Department of Transportation Division n c P P Standard n. L > �� W P BARRICADE AND CONSTRUCTION 0 N 4I N �` + �. D CHANNELIZING DEVICES a 0 p P J L K T N .-. N q +O BG (9) -21 TI— bcsm-'1.d9r — TxDOT _K:TxDOT ow: TxDOT cK:TxDOT o> ©TxDOT November 2002 CONT SECT toe HIGHWAY m o _ L' NEV]SIONS N w w e > mac 9-07 8 14 QJ X�Q 13 21 DIST COUNTY SHEET N0. p LL LL 3 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B N 2 0) C C N L 05 + -Y c n +C L4 N c L U O N E NEN C C- a,'DC N'OC L O C + L N O O4, C N - •7 + o nn o f N N L N cN L N 0) O O N 00 > O C O C N U C - n 0 "+ N D O > c O l N+ O 0+ C O O cl O _ _ _ w 3— n O N _ N N U N D N O 0,0._a + N + N N N 7 0 L 10+ C O N O L - L ad O G) N 30•-10 L N N N L L C O D- a+ W O+ O L N C•- V C 7 + U + y L L N UJ N N N 0) O O a r O Y L > L N L E.0 C+ U L ai D O. U L O 0)N N C O N O E - o a w + N C c— o N U 3 0 O 0— '� 3 O U D•- n C— T � - T d L ._ n C n•- L N L N W a C U L L 3- O+ 3 0 0 a, aNL • E ONO N O O OOL N•- O N N+ O O 0 .0 NV� 0ON 0 + 0O U C L U yNU VN O C La 0l•- 6E C N N OVNNn �CCL + 0 - O O O V 0 _ O N> EN N N N O O c- n La W NO+ Oo Li N O Lw d C 2 Q T O 010- O cm W •>V •O 8. N C> U.4 N E N P LLy•> O V N L N V TN Ol - L O N TU L Q 0'0 •- N } L L N ._ U O a w c O W N N N N O U N O C T O - N o 0)+ L L O L L O 3 O O- } X N L O•Q) C W NL o NN LD °)D w+boo c�W:2 u c W 0 L O a 0 3 00((y�/� •'aP�-.•NOT-•-N W N •+L- -N L N-> Q((� -LN Q C).- \T-_LoN F wLN7 NNN •'+aDNN- N OC O OC 0 N2 - OL + O cN-0 N NO N N LLO ••._}OOOO--+7•C_ NaFFJ Z0 L O T + NOU O• Z. C O •- N N 0.0 Q) N N 0N0 oc �w }•> cccc O C N7 O 00 0 J ICY ya V0�D - VE _ aNU 10 O L O E n C+ 7 N O 0 U L 0+ c O++NM "W O•- 7+ �NraaJ >'O L C t10 >+ L CU O > m W•+cy J N N O O C N U+a 3G) 0 0 '0 •LL Z- O- N0 d 0O O n + '0L L7nC O ON N NO NZ NV NU L O U 0 > c O N0nL N W L CWO W N- > N 0 c0 000 E nO N V Oo O N •- NLL - L OU0N+ L L L ON 0 •C Aft C1 L p- ll•W O+- C D N ON + Oww L7•O L- L NUL NOL C+c N OO o 0 c C 0OUL NNN a > 0OO O OCO Z ON ! O C L N N NON+ J' Aft N_Q LN3 N - - - J •+- N N V+NEF OLUL C, N O TV N C .00cl'o '0 7'0 O•- N c C O=` - O U N 0 L O M N•-O N N-0 N E OLLNo O o jjj N L N+ N CN C LU LO L - F O J 0 0) LO770 00 W 43 O 0 c c 10 c O N 0) N L-N N N NOO OZ (D-- O N L N L U E nLg N g N g N ZT +NOCN wON 0L+ U UN OD L JJ Z} O0C N 3 D N UO} N N 0a N > 0 > 00 N 40,�ar L O Z.0 n F N L.ON 0 N.0 N 0•N--N V D- LW c C- 1 CN a) NnO - pLO'D 0­0 01, c w NT wO+ N C O a•- O QNU D U) (D c U) CN V) +N-0+N•C+NL-N O O N a L a N N J 0 Q N n N N N OF L U } J Y • N 0 U N NQ).0 w ZC ;' ; O F O O UN O - 0oN'02U (D- NO - NNNO V T 0- O 0- N oN O ONc L + E C,Ta a•-aaO O OL C L LtiN C '000 NC 0, 3Q N O N N 0 L 3LL L L C7 N N N N D N N m N N L 0 ,0 N UNN 0C a C)C 0 0 N D DN O U L O 0 N+a O N z 0 0 0 U N U U C U L N W O O 00: L O o LLL N Z J V J J o J J O J N C F 3 l O CIA: 7 NA: O OJ N M V off tD .f. N M V off E• O 0 d X c 0 cO0OO) 0O OOO tO0 00•N N p F4 O 2 a) 00W5 > Q =F C7 Z W Noco oL w Z Q J wno mo �no �no �novlo �no v ON L C M M Q Q If1 If1 LD lD 1� r OD O w (, N N �� as W SHEET 20 OF 29 m c o N d Traffic d0 Ln000000000 0 'ra 0 ^�w co v N v0 0 N w v 0 �o L L > F � Safety L N .n I0w r) D r n 0, m e W Division E]m 6 o p W ,Texas Department of Transportation Standard E 0 J* if1 K1 if1 N O �(1 O N O lf1 O a N LD N6) a) 4,) O t0 r N 00 N; J N L* o - N N v n to W - - 00 m LON W 0 0 Ln 0 n 0 � =_ =' BARRICADE AND CONSTRUCTION w i[1 O W N O Ln O n O N O a oo F co `�V I- z CHANNELIZING DEVICES v N fW C 0 Z E 3 3 0,00 W Q J *0 0 ff N * Nei v u�i 0 a° Il) __ BC (9) -2 a0N �N FI— bcsm cl.dgn oN: TxDOT K:TxDOT ow: TxDOT K:TxDOT Hd ©TXDOT November 2002 CONS SECT roe HIGHWAY PEVISIONS w w 9-07 8-14 �J DIST couNTv sveeT No. a 7-13 7-21 o� DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B co o•- wL O> C p 3 d O 3 NY Nd d d L L + •U- i C C U ' D C + 0O N} Oa' 0D O N C� d > 0 0 c aP Ld E a o o L L QJC L N L > N LF L N+ U - c L L • O N L LL O O n C L - M E 0 C1 1NE70 0+ d a L C O•8 On N C O C O CL 3 n � C O L O O L U L•} N- d >D L O _ C d V dd EOO •- d O CwN C N- A PN.- •Qd}OUUNd-.•ti-aNO•}Ud- LT>••wwLCN-- COCd•O- -d••UC- (+�w -+ _ a- - O N- C•C C D [ J P- OL•U- C E a -N C t O Z E LMX d n J O D 0 d •- > CC - O d o+ J Q O > OdO C L C O n L L LTN PwQNdN- - - aN O O P C dCO•-•- C L d C L 0 0 U ODCC O O Nd TL d •- L N O O L N O nO O U •+O O T O•- d O UO L C n DL UC UrC NE 7 LO a, L > •00OdOn+0. aU- d P VLN O CO L 0 3 PC - C •DddC O O [ O L0 NC C C 0L O d N d co, OPn7 - N - NC N+ O d L d L O U d O P CU E N C O 0 OVdd0 •VO CNTC + d dnU d O O O ID O U L d 0 O+ N N > o- > o L o } O d d dC d11 d CdL- C C L O O N C N } - a L nN N L + a Pa 0 L L U L J CTL O C O U d 03 L - dnN 0 N OC0n- . O n N 7 X O 7O} L C •0 Cd O+ C OI d d O O O C OOV L F N N L d - L PN OL N O OV O L O O O U C C Od O - O OL L L CwN+ NU C P •V T 0+ N O -•NcC O C 0. > DC > J 7 d LP •0 30 0 O N O- •0 d Cd O C C E• DC ddC C awl JC >PC O L•- O N- +•U L J d O'0d C > O U C - - T L C d d w NU >- •P L O P X L 2 ID' 00d C N O J C•- 0 a dL r L UCNE OO- C EC O-O C'0+O C n+U C 'O > -oE O - O D E N U C LP'OOL dO M OO C d 7 L + 7L L d n N+ Nd d- 0 L O L O O PN 0 L JPN •> C C N OO • L C EF O C N L o d d N0 - L) 0 L> 0 d+ F N•+ OnUnJ •CNO LO N d- N d- d•- d dryo n- LN ID ++ Cd- O C -O L O C + d PN O•NO - O OO+dPNL OO Cd CL PON O N o 0 L C C d d L - O L cPLuE c c L d d c +wM ° Qo Luo•va QQn o o.± o U o o d C c L d c CC O D d' UN0 L > CCO N OON [ •0.C LO U O d U OJ C N x N O M } NpN d C d 0 d > C > } d X O C U 0 dC L L 13 O L 0 U L O V d• 'EV U O >L N O O V1 L0wO UL + L D 7 dL LO}N - V E O O > n- Ud.2-L, O 7 C CZ N•- > C 0 L O Nn- C 0 ry-- N N 0 0 O D d C .0 n 0 O 7 d 0 d.0 J UUOL d O L d d d > N C - 7 V1 ON+nL._ Q P+-L 3 C_0 UV_ _ 3 VE N L••-- - - EN+d3- dd -L wJ- E ENO N N 1 ZL>LQL0 d L d O C d O Eo+ L dL LLdaX_pd0 0. -0}•- -0 OO+d0 P C N L J C C 'O L n d TOU CO C 0 d N o(CD 0•- C - 0 d L > V NC W U d N•- C0) oNL COL aE•- N L N 3•O d- - 0- C d n .0 L > d dd d- + N C OUU 0) CN•O n Np O Dd0 o+3L } CCC C LN 0 NC C d > > C O N- N O N N d d C d L C l/L♦4y i.d NC -z O 2 0 C - L - - - C OQ) W d, C L N N L CdL W C T ID V>0 0LL O O N} P N O PLL Od O C C 0O LO- OL N C1 10 OaLID C d aa N v0U J+ Zd O+UN N dU+ CC L C n C10 Co N O C 3 .0 N > CC _ •OpLJd _ C CCU+ n O OT0' aN •U Paa d > O0 w C d WUOOd O OO Y W 0 0 L 0 d d d O d > L L >0 O C - L O d L U 0 0 0 d L U dn [ Z3 - FL 'Od d dNo CC O N naV0 0 3 'Od n CL aQL 'o N n o U o4L W M+ Nti O V N M Q to � ti 3 d L O NDO o� S C xM > n + .o ' L wa0 �C M Xe O dC W d V 0 ¢N 0+ J E N Q L•-'- Uti L V C N C - O Yo 7 E o 0� O O O O O O O O O O O = x a C C p tD 00 M O - N M Q Ln tD LL F 00•-N OO 0 ID PNU r Q Z d;a,> 4 0 Z W W0C0 oL Z a J 0 a 0 00 Ln0Ln0Ln0Ln0Lnov PV'C O O M M 0 0 0 L(1 tD tD N r 00 D 0 V N N C O a V W } IL d O Ln 0 0 0 0 0 0 0 0 0 310 N Q N V O lD N 00 Q O t4 L L F L N M LO to tD r N CO M M C D W ; o �; 0 W E o m* in -n - n o Zn o �n o �n o a SHEET 21 OF 29 tD N O� O tD - r- N L%1 d; r J Nd LL* o N N v LL1 tD tD �- ~ 00 00 >^ x = a SafeTraffty Ma I N Division 61' � o 'DD N o N o Ln o Ln o C v 0 J W ,Texas Department of Transportation Standard N N Q Lf1 Ln ID LD r 00 ID a W W O O N 0 y F 7. € Ln o o� W a BARRICADE AND CONSTRUCTION O J L O 0 4 J *00 CHANNELIZING DEVICES a� BC (9) -21 TIES: bcsn-21.dgn — TxDOT H:TxDOT ow: TxDOT H:TxDOT ©TxDOT November 2002 CONT SECT Job HIGHWAY PEVISIONS Ln LlJ 9-07 8 -14 3 21 DIST COUNTY SHEET N0. C DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B TYPE 3 BARRICADES Barricades shall NOT 1. Refer to the Compliant Work Zone Traffic Control Devices List ICWZTCDI be used as a sign support. for details of the Type 3 Barricades and a list of all materials used in the construction of Type 3 Barricades. 2. Type 3 Barricades shall be used of each end of construction Minimum projects closed to all traffic. 8„ Width of 3. Barricades extending across a roadway should hove stripes that slope nominalIMF / Reflective downward in the direction toward which traffic must turn in detouring. 450 Y Sheeting When both right and left turns are provided, the chevron striping may 6„ 6" 7 inches. slope downward in both directions from the center of the barricade. Where no turns are provided at a closed road, striping Should slope TYPICAL STRIPING DETAIL downward in both directions toward the center of roadway. FOR BARRICADE RAIL 4. Striping Of roils, for the right side of the roadway, Should Slope downward to the left. For the left side of the roadway, striping should slope downward to the right. 5. Identification markings may be shown only on the back of the barricade roils. The maximum height of letters and/or company logos used for identification shall be 1". 6. Barricades shall not be placed parallel to traffic unless on adequate 4' min., 8' max. clear zone is provided. 7. Warning lights shall NOT be installed on barricades. 8. Where barricades require the use of weights to keep from turning over, the use of Sandbags with dry, coheSionleSs Sand is recommended. The sandbags will be tied shut to keep the sand from spilling and to v maintain 0 constant weight. Sand bogs shall not be Stocked in 0 manner that covers any portion of a barricade roils reflective sheeting. �' N Rock, concrete, iron, steel or other solid objects will NOT be Stiffener permitted. Sandbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. Sandbags shall be made of a durable material that tears upon Flat rail vehicular impact. Rubber (Such as fire inner tubes) shall not be used Stiffener may be inside or outside of support, but no more for sandbags. Sandbags shall only be placed along or upon the base than 2 stiffeners shall be allowed on one barricade. supports of the device and shall not be suspended above ground level or hung with rope, wire, chains or other fasteners. TYPICAL PANEL DETAIL 9. Sheeting for barricades shall be refroreflective Type A or Type B conforming to Departmental Material Specification DMS-8300 unless FOR SKID OR POST TYPE BARRICADES otherwise noted. 3"-4" CONES 4" min, orange 2" min. T' 4" min. white 3"-4" 2" min. 4" min. orange I6" min. 2" min. - 3"-q" 2" max. 2" min. / \ 3" min. min. 4" min. white 6" min. ' 42.. 2" to 6" 2" min. 26" min. q' min. I I 3" min. min. 2B" 28" min. min. Two-Piece cones One-Piece cones Tubular Marker 28" Cones shall have a minimum weight of 9 1/2 lbs. 42" 2-piece cones shall have a minimum weight of 30 lbs. including base. 1. Traffic cones and tubular markers Shall be predominantly orange, and SHEET 22 OF 29 meet the height and weight requirements Shown above. Traffic 2. One-piece cones have the body and base of the cone molded in one consolidated Safety Division unit. Two-piece cones hove o cone shaped body and o separate rubber base, ,Texas Department of Transportation Standard or ballast, that is added to keep the device upright and in place. 3. Two-piece cones may hove 0 handle or loop extending up t0 B" above the minimum) height Shown, in Order to aid in retrieving the device. 4. Cones or tubular markers shall have white or white and orange reflective BARRICADE AND CONSTRUCTION bands as shown above. The reflective bands shall have a smooth, sealed outer surface and meet the requirements of Departmental Material DI"IANNE L 1 Z I NG DEVICES Specification DMS-8300 Type A or Type B. 5. 28" cones and tubular markers ore generally suitable for short duration and short-term stationary work as defined on BCM. These should not be used for intermediate-term or long-term stationary work unless personnel is on-site to maintain them in their proper upright position. C BC 0 2 6. 42" two-piece cones, vertical panels Or drums are suitable for all work zone I�.AI L durations. FI­ bcsm-21.dgn oN: TxDOT K:TxDOT ow: TxDOT K:TxDOT 7. Cones or tubular markers used on each project Should be Of the Some Size ©TXDOT November 2002 CONT SECT toe HIGHWAY and shape, PEVISIoNS w w 9-07 B-14 DIST couNTv sveeT No. a 7-13 7-21 o� DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Each roadway of a divided highway shall be NA1E barricaded in the some manner. ROAD ADDRESS R11-2 CLOSED STATE G20-6T EORTRAE70R >1C: M4-10L D TO R C O _ o•- N v L 0 O N / Cu U / C O N L N 7 - 00 "' 7 Zw O L / 30 feet 0.- C: Q D} \ °" PERSPECTIVE VIEW Detour S v L Roadway LL N aE C.Cao N The three rails on Type 3 barricades L 0)'D C0 Fj shall be reflecforiZed orange and 10' N reflective white stripes on one side C,O t facing one-way traffic and both sides U.J.D for two-way traffic. o�x aa) Barricade striping should slant d L downward in the direction of detour. .O L 4)NL L +0 0 1. Signs should be mounted on independent supports at a 7 foot 00 8' max. length Type 3 Barricades T N C mounting height in center of roadway. The signs should be a n o minimum of 10 feet behind Type 3 Barricades. .00 3 2. Advance signing shall be as specified elsewhere in the plans. PLAN VIEW L N >O O o� TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION Nn0 T D L C O Low O CC O N WF o Alternate Alternate ND O 0 n o Approx. Drums, vertical panels or 42" cones Approx. „a) o 50' of 50' moximum spacing 50' : 0. W 'EW 7N M 1 N C Min. 2 drums Min. 2 drums N e or 1 Type 3 or 1 Type 3 o Y o barricade barricade ` STOCKPILE Iio / ❑ ❑ 11 ❑ ❑ ❑ On one-way roods Desirable downstream drums stockpile location ChanneliZing devices parallel to traffic or barricade may be is outside should be used when stockpile is Omitted here clear Zone. within 30' from travel lane. a TRAFFIC CONTROL FOR MATERIAL STOCKPILES SHEET 23 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC ( 10) -21 FIDE: bcsm-21.dgn oN: T,DOT K:TxDOT — TxDOT K:TxDOT ©TxDOT November 2002 CON7 SECT Noa HIGHWAY PEVISIONS w w 9-07 8-14 J DIST COUNTY SHEET N0. a 7-13 7-21 in LL DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B 1. Where positive redirectionol capability is provided, drums \ r Y may be omitted. 2. Plastic construction fencing may be used with drums for safety as required in the plans. \ 3. Vertical Panels on flexible support may be substituted for drums when the Typical shoulder width is less than 4 feet. Plastic Drum 4. When the shoulder width is greater than 12 feet, steady-burn lights PERSPECTIVE VIEW may be omitted if drums ore used. These drums 5. Drums must extend the length ore not required of the culvert widening. on one-way roadway LEGEND O N X Plastic drum 0 0 E w Y o Plastic drum with steady burn light E o e or yellow warning reflector L 3 \ o + o S B Steady burn warning light } y E or yellow warning reflector a o O O EoIncrease number of plastic drums on the j E side of approaching traffic if the crown E width makes it necessary. (minimum of 2 a a o and maximum of 4 drums) 0 (D 6 PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS SHEET 24 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC ( 10) -21 FI— bcsm-21.dgr — TxDOT K:TxDOT ow: TxDOT K:TxDOT ©TxDOT November 2002 CONT SECT toe HIGHWAY PEVISIONS w w 9-07 8-14 J DI S1 COUNTY SHEET N0. a 7-13 7-21 in LL DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B WORK ZONE PAVEMENT MARKINGS GENERAL 1. The Contractor shall be responsible for mointoining work zone and DEPARTMENTAL MATERIAL SPECIFICATIONS >11: existing pavement markings, in accordance with the standard PAVEMENT MARKERS (REFLECTORIZED) DMS 4200 C o specifications and special provisions, on oil roadways open to traffic w 0 within the CSJ limits unless otherwise stated in the plans. TRAFFIC BUTTONS DMS-4300 Ow C 2. Color, patterns and dimensions shall be in conformance with the EPDXY AND ADHESIVES DMS 6100 C u d "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). °a)W BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 3. Additional supplemental pavement morking details may be found in the 3+W pians or specifications. PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS 8240 L - 00 ze TEMPORARY REMOVABLE, PREFABRICATED r o 4. Pavement markings shall be installed in accordance with the TMUTCD PAVEMENT MARKINGS DMS-8241 .+w and as shown on the plans. +- TEMPORARY FLEXIBLE, REFLECTIVE a a 5. When short term markings are required on the pians, short term ROADWAY MARKER TABS DMS-8242 y'y markings shall conform with the TMUTCD, the plans and details as nshown on the Standard Plan Sheet WZ(STPM). A list of prequolified reflective raised pavement o w L 6. When standard pavement markings are not in place and the roadway markers, non-reflective traffic buttons, roadway 0.L d is opened to traffic, DO NOT PASS signs shall be erected to mark morker tabs and other pavement markings can be O C-20 the beginning of the sect i ons where passing i s proh i b i ted and found at the Material Producer List web address L wE o° PASS WITH CARE signs at the beginning of sections where passing shown on BC(1). N 7 L is permitted. .0 N O CP o t 7. All work Zone pavement markings shall be installed in accordance U.I. with Item 662, "Work Zone Pavement Morkings." + RAISED PAVEMENT MARKERS y 1. Raised pavement morkers ore to be placed according to the patterns L>� on BC(12). +do n a C 2. All raised pavement markers used for work Zone markings shall meet D L L the requirements of Item 672, "RAISED PAVEMENT MARKERS" and Departmental c a o Material Specification DMS-4200 or DMS-4300. L 0) >O O o;} PREFABRICATED PAVEMENT MARKINGS �nE T L 1. Removable prefabricated pavement markings shall meet the requirements 0 0° of DMS-8241. O IDL L C 2. Non-removable prefabricated pavement markings (foil bock) shall meet WF o the requirements of DMS-8240. L�O MAINTAINING WORK ZONE PAVEMENT MARKINGS + D w n o 1. The Contractor will be responsible for maintaining work zone pavement a,o markings within the work limits. W7 E a 2. Work zone pavement markings shall be inspected in accordance with the frequency and reporting requirements of work zone traffic control J L � �+ device inspections as required by Form 599. N C o Y o 3. The markings should provide a visible reference for a minimum distance of 300 feet during normal daylight hours and 160 feet when illuminated by automobile low-beom headlights at night, unless sight distance is restricted by roadway geometrics. 4. Markings failing to meet this criteria within the first 30 days after placement shall be replaced at the expense of the Contractor as per Specification Item 662. REMOVAL OF PAVEMENT MARKINGS 1. Pavement markings that ore no longer applicable, could create confusion or direct a motorist toward or into the closed portion of the roadway shall be removed or obliterated before the roadway is opened to traffic. 2. The above shall not apply to detours in place for less than three days, where floggers and/or sufficient Chonnelizing devices are used in lieu of markings to outline the detour route. 3. Pavement markings shall be removed to the fullest extent possible, so as not to leave a discernable marking. This shall be by any method approved by TxDOT Specification Item 677 for "Eliminating Existing SHEET 25 OF 29 Pavement Markings and Markers". Traffic 4. The removal of pavement markings may require resurfacing or seal Safety coating portions of the roadway as descr i bed in Item 677. ,Texas Department of Transportation Standard 5. Subject to the approval of the Engineer, any method that proves to be successful on a particular type pavement my be used. 6. Blast cleaning may be used but will not be required unless specifically BARRICADE AND CONSTRUCTION shown in the plans. 7. Over-painting of the markings SHALL NOT BE permitted. PAVEMENT MARKINGS 8. Removal of raised pavement markers shall be as directed by the Engineer. r 9. Removal of existing pavement markings and morkers will be paid for I.Q rC 2 1 directly in accordance with Item 677, "ELIMINATING EXISTING PAVEMENT FIDE: bcsm-21.agn nN: TxDOT cK:TxDOT ow: TxDOT -TxDOT MARKINGS AND MARKERS," unless otherwise stated in the pians. ©TxDOT February 1958 CONE SECT 10e HIGHWAY 1O.Block-out marking tape may be used to cover conflicting existing PEVISIONS markings for periods less than two weeks when approved by the Engineer. 2-98 11-02 7-13 7-21 DIST COUNTY eNEEF No. a 1-02 9-07 8-14 o� DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Temporary Flexible-Reflective Roadway Marker Tabs Co a.- w L O N > c TOP VIEW FRONT VIEW SIDE VIEW +a cad cava O+N 3L+ 2 z E O TL .+w +– 4 �4 a a Adhesive pad 4)0– Height of sheeting nd is usually more than a0 L 1/4" and less than 1". ow LL N a d ocao Amo d0)D STAPLES OR NAILS SHALL NOT BE USED TO SECURE foo TEMPORARY FLEXIBLE-REFLECTIVE ROADWAY MARKER OOW W.- TABS TO THE PAVEMENT SURFACE 0 ND w Ox N xti L d + y 1. Temporary flexible-reflective roadway marker tabs used as guidemorks L j� Shall meet the requirements of DMS-6242. +do 0°c 2. Tabs detailed on this sheet are to be inspected and accepted by the A L L Engineer or designated representative. Sampling and testing is not C 3 O normally required, however of the option of the Engineer, either "A" LN L or "B" below may be imposed to assure quality before placement on the o n a roadway. a'L N D.Ein A. Select five (5) or more tabs of random from each lot or Shipment o c o and submit to the Construction Division, Materials and Pavement L O w Section to determine specification compliance. 0 ID °c B. Select five (5) tabs and perform the following test. Affix five w F o (5) tabs of 24 inch intervals on on asphaltic pavement in a y o O straight line. Using a medium size passenger vehicle or pickup, L x+ run over the markers with the front and rear tires at a speed + TL L of 35 to 40 miles per hour, four (4) times in each direction. No p.0 D more than one (1) out of the five (5) reflective surfaces shall ..d v o be lost or displaced as a result of this test. Sao+ R 4)N N 3. Small design variances may be noted between tab manufacturers. <.0•-'- 4. See Standard Sheet WZ(STPM) for tab placement on new Dovements. See c w Standard Sheet TCP(7-1) for tab placement on seal coat work. 0 Y O RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 1. Raised pavement markers used as guidemarks shall be from the approved product list, and meet the requirements of DMS-4200. 2. All temporary construction raised pavement markers provided on a project Shall be of the some manufacturer. 3. Adhesive for guidemarks shall be bituminous material hot ODDlied or butyl rubber pod for all surfaces, or thermoplastic for concrete surfaces. Guidemorks shall be designated as: YELLOW - (two anber reflective Surfaces with yellow body). WHITE - (One silver reflective Surface with white body). SHEET 26 OF 29 DEPARTMENTAL MATERIAL SPECIFICATIONS Traffic Safety PAVEMENT MARKERS (REFLECTORIZED) DMS-4200 ,Texas Department ofTransportation Standard TRAFFIC BUTTONS DMS-4300 EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 BARRICADE AND CONSTRUCTION PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 PAVEMENT MARKINGS TEMPORARY REMOVABLE, PREFABRICATED DMS 8241 PAVEMENT MARKINGS TEMPORARY FLEXIBLE, REFLECTIVE !] ROADWAY MARKER TABS DMS-8242 BC FIDE. Dosm-21.dgn — TxDOT K:TxDOT ow: TxDOT K:TxDOT A I i st Of Drequa I i f i ed reflective raised pavement markers, ©TXDOT February 1998 CONT SECT toe HIGHWAY non-reflective traffic buttons, roadway marker tabs and other PEVISIONS w wpavement markings con be found at the Material Producer List 2-98 11-02 7-t 3 7-21 J DIST COUNTY SHEET NO. a. web address shown on BC(1). 1-02 9-07 8-14 C DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B �y o 0 �j ��-LI, °J l 0 0 C o'C 101 o $ o 0 0 O o 0 O O 0 0 0 0 t 0 0 0 0 CC O O 0 ¢ 0 0 0 O•- D ° N Q O O } � O V O O o 0 L O O - 1 O _ O O V O U d > Q O O Q ° Q V 0 O 0 0 " +O 0 0 H Q {n 0 L O 0 0 o00N a >+\ ° u 0 O o O o o T o ° 80 O g oL7 ✓/ _ O V O OL n O+N N 0 O O O 3 L} 0 0 T = 0 y 0 0 T L0 6Z�E I O N ZO /O OCp> OOO Z O C La 39 Q D C O < ° 6 Q � �8Q + O O + Oy ac r F} °0OO O0p0O Oa) L 0 N O o oO�C00O F O R0 O O DO C ORR ° a o 0 ° ° 0 00 i Ol OD O ZO W 0 O O 0 d O ON 7L O S O O l O 0 ° C,10 < 0 0 0 7W6cN QC}' 0 0 0 N 0 0L V L C N 6 0 O ° 13 L n N wG O OO Oa ~ p -01 IF l0 O n+ Nm 0 0 0 0 0 do ° 0 0 0 o O N E�L LJ = W + C 0 O °.. ° > N O1O 0 0 ° ° O ) Q E W N LL 0 00 0 0 0 Y + S oQ ° ° ' L Q0 0 LNO ° °rL ° ° ° °CTa O • 0 N N N N TZO 7 � +DL O O ZLO O�3:o 0 J o 0 0 O L — ME 0) 0 y � `` ano 4o0 0 00 L N E 13 N N n o a: , W W E g CC o TL Q « DC ? C 0 N OC O n /y CV'7 T N I i E l N Q 0LL no m V V J a, 0_ M v o:- CC O N N Y owL >`Ip `o W n+ N N ,u)ti 0 Z of W I I E Z C + r Noo .4LLI is 0--C C J (D E : E x+ Z �' +~0 W W W '~> ~ > 0 0 0 41 wao > 3 y°o iy a O� n n� O N C Q 6 6 O Z v N W w7EN N } �'C 0 N o C aNNN TO I I z 0 W z- yl IF m- N C+ O 39 3 iL• C N 1 W 'o O `` L L ` O Y O - 7 O 0 La >- 7 0- O� 0/ O = aDi W W > N - > a " W >- 'Zd n Z 6 6 0. > N p L D I O D W I W O v0J J La N N N CD n 0> W N I CT W E F N + W J 4 LLIO P Z Ld } L 4 p� �C Y O m +E -al 1F 0 N N W } 0 IC LL v as n SHEET 27 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC ( 12) -21 TIDE. bcsm-21.dgr —TxDOT —TOOT DOT ow: TOOT —TOOT ©TXDOT February 1998 CONT SECT toe HIGHWAY PEVISIONS w w 1-97 11-02 7-137-21 J DIST COUNTY SHEET N0. Q" 2-98 9-07 B-14 ow DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B Q �8�f o$80 8 0 00 0 °0 00 O 0 00 00 0 u 00 0 0 cc 00 0 0 n O•- 00 ° ° T w L 00 O O °> 00 ° ° S 00 O pp so° a ° 00 8O L 0 ' O °4)7 00 00 8 O 0- O O O OO 00 300 7 00 m 0 a 0 L•- d D Q O �` O zw E F } oo 00 F o ~ 0 +� n oo V, °�.' a T W O J_O ti 00 8 0 08 O° O ac La an• °0 8 N 0 08 00 0 + u UC7 00 F O O •-O" Z Q O O = O 0 O O O W = Q O O = Q.L m 00 < 0 T O O W _ ~ O O s U00 0 Q 00 0 � = S 080 8 07L .► _ pp° 00 W 08 "So SR N p 0 / 0 0 " ° O ° 1" C Pv 0 A0, r a 00 " C C O + O C d too W Z O a 00 .J D U O O Fa� •.�. D J 3 ° 'v n[ n .0 o V 00 00 •+° m Q a yJ '� O C O T 00 8 3 Z Z O0 O .0 8 r 00 O L 8O Q S S Q L L O V) V)C 0 ~ ~ FTO V O 0 D • Q O O OL QOO FID L 00 O o dio O o adder L a) �/t LL. °O ^ ~ 0 00 00 0 7 D C Z a)0) y/ 0 00 ` J O O O / \O/ F U) — W 0 Z N 0 oo S 8 08 80 8 W aa)i v aa) w Y L 4) > "n0 W Z J Lo tO E a co Ix ID N 0 } E u C 0 o v o- �• 4 V o Q + c v w a3 vOL Q Z I I ` Z I 13 ' E O— ¢ No� d Q 8 W 8 > - - "C)O J C r O C H a+ U) N ?N]L Qt7 d FJ t-I ID ai E n +E o- o O N W ai v O L U O Lli f1L w oo - `O LLI to Z N Jg u 10 o Y o Z i W L Z J L L c y 3 3 =W Q N 7 a �• L " \ O W 0 N N p d m 0 o J E E a, �+ W C W a LL 4LLI C Y I I EI I I I 10 0 E 0 d N 0 O u u 4 4 ' o_ a SHEET 28 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC ( 12) -21 TIDE: Dcsm-21.dgn DN: TxDOT _K:TxDOT ow: TxDOT _K:TxDOT ©TxDOT February 1998 CONT SECT 10e HIGHWAY W W F J 1-97 1 1 -02 7-13 7-21 DST COUNTY SHEET N0. o 2-98 9-07 6-14 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS 60" + 3" Type 11-A-A Type Y buttons >1C: o a_ PRAISED ' -L❑ O O O ❑ O O ❑ O 0� o ❑ OL DOUBLE AVMENT 4 t0 12 O � j MAR O ❑ O 0 O ❑ 0 c1d NO-PASSING y4" O a REFLECTORIZED PAVEMENT O.} LINE MARKINGS 4 to 1 z"_F Z o'E Ye I I ow 0 +w Type I C , I-A o\r 11 A-A Type W or Y buttons O, RAISED i SOL I D EDGE LINE PAVEMENT ❑ 0 0 0 ❑ 0 0 0 ❑ 0 0 0 ❑ 0 0 Qa•- °o,'n LINES OR SINGLE MARKERS 6O" " C14) REFLECTORIZED 0a) NO-PASSING LINE PAVEMENT L L 0w MARKINGS 4" White or Yellow OCE -0 O Type ype I-C Type W buttons 4)7 L C N O WIDE RAISED 0o a PAVEMENT 1-2" �❑ O O O ❑ O O O ❑ O O O ❑ O wo L INE MARKERS O O O ❑ O O O ❑ O O O ❑ O wo a B0. " N�L (FOR LEFT TURN CHANNELIZING LINE REFLECTORIZED _ OR CHANNELIZING LINE USED TO PAVEMENT .O MARKINGS Ld DISCOURAGE LANE CHANGING.) White +NO 0 OU -/-Y S 33Q 3. TYPE I C or II A AoRAISED ❑ o ❑ o ❑ ❑ o ❑ ❑` C CENTER PAVEMENT ❑ a) S' S'�MARKERS 10' 30' Type W orpO L 1 NE(D o�} Y buttons .n C10 OR .0 L 40' LANE REFLEC70RIZED OOw ❑ ❑ PAVEMENT ��OL L INE MARKINGS 10' 30' } White or Yellow 'aBROKEN Type I-C or II-A-A no LXX (when required) �Ta LINES w D O RAISED ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ a)'0 o PAVEMENT 1-2 V)O t ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ W 7 EW AUX 1 L 1 ARY MARKERS �a)N_N I 3' I 9' Type 1-C or II-C R .- L OR E ►E� UO} Yo LANEDROP B" LINE RE ED PAVEMENT _ MARKI NGS rE 3'm l o 91 REMOVABLE MARKINGS 5' - 6" WITH RAISED PAVEMENT MARKERS 10' .IE 30' —1 If raised pavement morkers ore used to supplement REMOVABLE markings, Raised Pavement Markers the markers shall be applied t0 the top of the tope of the ODDroximote mid length of tape used for broken lines or of 20 foot Spacing for solid lines. This allows an easier 20' 1' removol of raised pavement markers Centerline only - not to be used on edge lines and tape. SHEET 29 OF 29 Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION Raised pavement markers used as thestandard appy PAVEMENT MARKING PATTERNS pavement markings Shall be from the approved products list and meet the requirements of Item 672 "RAISED PAVEMENT MARKERS." BC ( 12) -21 FIDE: bcsm-21.dgn — TxDOT K:TxDOT ow: TxDOT K:TxDOT ©TXDOT February 1998 CONT SECT De HIGHWAY aev)SIONS w w 1-97 11-02 7-13 7-21 �J DIST couNTv SHEET No. -x o 2-96 9 B-14 07 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B APPENDIX - 5 CITY MARINA RECORD DRAWING EXCERPTS GENERAL REFERENCE ONLY DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B ONi h p x O a Q F Z w ~ Q N m o = J ~ a a N O z w amo _ w z Q w o a o w` % w °'w r z .n 60. _...__...._... a o Z w F v z 0 Q = y w o o wCL R a m iTi35 -�K w N N. FSV QQ� Z Z w. WN S� W W d ®Zy o w z 4 o Lx �WO I w L74 ¢ a a i.'` J m w I � Q Ett iq� a az �v 00 zr w 0 w _ � a C Q a m C a = < Z. Ni mz� iN I Z m N O A c nd U 3i N N 1�+��y�, "o'I Ow w is Lai 3� W o na ro it „B x zUJ _ -- o LLJ m w � w q w d� w�Ew meati � B DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B sao!,a 6uuaaurbu3 10 1ua Lu jodaC 1f7 c) o �� = s 4, ONb ,O, Sb31d lb SNO11O3S o n SdX31 n1 As9cmas sm maNsss o JV3H-1 133211S 3ON3bMb l stzsc 'y SI.Nb'1'ifiSNOJ'9SZI3dNI�N3 I1SIdH0 Sndd00 ) ADO � IN a, y^O �..;.,ervdfltl0..'3..r�...., 'ONI'S31wwssV ONV.t3 sow Y3mms o ...,.... 3..` _s V 18Vd 'z-8 13V&-LNOO o Q q 103rOdd NOaind1SNO038 ��bM1�3S e '. N011dib0530 AA 31bp 'ON NOiSW3b N011dItlJ530 x8 31Y0 'ON NOISIA3b SONIMtltlO ObOA3tl SO/62/40 2 SOiA tl0]0]fiS51 f0/CZ/90 A io/ra/0o Uj gnu �H =VZ3a m o1H �ea3a� _ <ng LLI H F e= a SHE LIN r F� o � IN -�3f9Yx TT can z <a eae ws€ s a oE_ - + - - z a 1�2O o ..' � W r i,x pp pp 1 I a\ I 1 I N n'amo0+ I Ck^ oil oil $ is t9 g inhoc _ to §� W C NNE Y 6 UnIT� r rj Baa€ „�o8e q hill1W LO 7. y' Qba Trc dg 2`2 L�d� 9 �1h u 15J Wd£f�L5�9 SOOZ LZ b mp'bS>00-/-1202 00 mp GtZOZ ZOOZ s1>a,wd ObJbW$�f DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B V j wM .c+ Z. ILL ,�M Ox a� 3 J Q oo a z ma � oa is z , o �W it s w �a V I 2.° U w 2 ��e ,°�a?itis•. Qu Q F- Jo W o o e W� m. rn � w in LU a � LA LU _ 3Nl�ino - -QYtlA3lf106 DocuSign Envelope ID:A8008A7E-BCD4-487D-9696-250794392C4B s D,,,Sig,Envelope ID'.A8008A1E-BCD4-48]D-9696-250]94392C4B SHEET INDEX D>nSnGMT c"m NOYf!M.4]O1.CI.00 San Patricia County TITLE SHEET k SHEET INDEX u z AERIA-SITE VYOUT to ] ESTINATm QUANTTES SU..—.IEOENOCEN—NOTES(1OF 2)5 GENE—NOTES(2 OF 2)n PROPOSED PHASING PVN,VYOOWN MEA,CONTROL POINTSg_a' NUECES BAY I• J DOCK OENOUTION PVN PROJECT LOCATION e oNRAu CORPUS CHRISTI MARINA DREDGING IAYQUT k DREDGE NOTES DMOCE BASIN I k MD.ALTS.I-2 O E BASIN Y 101 DREDGE CR0552SECTI (I OF 3) Z e 12 DREDGE CROSS SECTINS(2 OF 3) �ImIV/ I] DREDGE CROSS SECT NS(]of 3) ¢ L 4 DREDGE ECT CROSS SIONS OF 3) W = 15 DREDGE CROSS SECTIONS-MO.ALTS.I MO 2(2 OF 3) £ Z CORPUS CHRISTI SAY m:I IB DREDGE CROSS SECTIONS-MO.ALTS.I MO 2(]OF 3) IJ DMOCE CROSS SECTIONS-MO.Ki.](I OF GRAPHIC MAP SCALE • IS DREDGE CROSS SECTIONS-MO.Ili.](2 OF 5000 0 5000 )0000 15000 2 PROPoSEO DOCKS A k B L 20 PROPoSED DOCKS C k 0 21 PRO ED DOCK L 22 DOCK L-FIXED ENTRY DOCK 23 DOCK L-FIXED ENTRY DOCK OETNIS A0m4 21 LS(1 OF}) A 2S DOCK DETAILS(2 OF}) k'Id� Cay 2. DOCK OETNLS(} �y(t 27 SHORESIOE SIZE,WATER,WMhYIAIER IMPRO—ENTS-DOCKS A k B = h t' 28 SH0 ESIOE SIZE,WATER,WMhYIAIER IMPRO—ENTS-DOCKS C k D "' U 29 SHORESIDE SIZE,WATER,WlShYlAIER IMPRO—ENTS-DOCK L S v 30 SHORESIDE SIZE,WATER,Wl51EWA1ER IMPROYENENTS-DOCK A FNMY TA E 31 SHORESIOE SIZE,WATER,Wl51EWA1ER IMPROY4}IENTS-DOCK B ENTRY uuu T/I a 7 ]2 SHO 11 SIZE,WATER,WMhYIAIER IMPRC—ENTS-DOCK C ENTRY Q ]3 SHORESIDE SIZE,WATER,WM1EWAlER IMPRC—ENTS-DOCK 0 ENTRY ®�])[� P�® s 34 SHORESIDE SIZE,WA1ER,Wl51EWA1ER IMPROYENENiS-DOCK L ENTRY U o ®�®H�3 L�IGd 35 SHORESIOE IMPR.OETNLS(I OF 2) { ]8 SHORESIOE:M R:DETNLS(2 OF 2) ' ]J DOCK k SUP IO SIGNS y £ r 39 ELECTRICAL IECEND AND NOTES ~ 39 ELECiflIOAL SIZE PI-AN J U 0 'Ip7�Vy#I C PROIECi SII, 40 DOCK A k B SHORE SIDE ELECTR CPL DENOUTION 41 DOCK C k 0 SHORE SIDE ELECTRICAL DMOUTION ® s �� DOCKSOC AA.BION PHOTOS CC,kDOSEIECTFIC SI—CECTRICAL T OEMOUTION 44 DOCKS A k B SHORE SIDE EIECTRIGL PIAN 45 DOCKS C k 0 SHORE SIDE EIECTRIGL PI-AN 88 x4n DOCK L SHORE SIDE EI£CTRICAL PVN 47 DOCKS A k B ELECTRICAL PI-AN C} C] DOCKS C k D ELECTRICAL PVN Z ❑ ��a� 50 ELDICK CiRICAL ONE UNE OIACRMS OENOU110N U W 51 ELECTRICAL ONE UNE IACRM NE OS NEW m 52 ELECTRICAL DETAILS SHEET I OF 2 = 53ELECTRICAL DETAILS SHEET 2 OF 2 Q V1 VICINITY MAP 54 SCHEOUIES CO 55 CONOUIT SCHUIES SHEET I of] z 58 CONDUIT SCHMUIES SHEET 2 OF] .y w Z 57 CONDUIT SCHMEOUIfs SHEET]OF] d Q W Z 58 iRPEFlC CONTROL LEGEND,iMIfS,MO C£NQUL NOTES � CALL BEFORE YOU DIG! 59 TE>HPoRMY TRAFRC INTR.L_COOPERS A—Y L-HEAD a = PLANS FOR 64 ENPoRMY R PFlC CONTPoL-LAWRENCE Si.i-HEAD PHASE I s n 81 lE}IPoRPRY TRAPRC CONTROL IAWRENCE Si.T-HEA.PHASE 2 w oR �° REPLACE MARINA PIERS A, B, C, D, & L 62 CURB,DDTTER,AND SIDI—STANDARD OEM LS g F- µM1 b¢I.Ia roP a� 63_66 WATER STMOIRD DETNIS(4 SHEETS) I C- pWC®Il Oelme u8 A, .., , , m-JO WASTEWATER STANDARD DETALS(4 SHEETS) THE LONE STAR NOTIFICATION COMPANY E SHEET 1 9I 70 AT 1-800-669-8344 PROJECT# 21026 VR�N RECORD WR4IWHC M..... TDLR REGISTRATION#TABS2023011365 PREPARED BY ENGINEERING CONSTRUCTION _ uKecror or Engineering semcee mre � �259 orzcn a u.ea.o,g.....z n>,�.w ox vanrus�.o,sn ca:Po L axon.ss�nss.slo� xxw.uxe+x�xc.mu z CITY PMOEC!/_11028 =OF IS,91 Envel Up.IED ODE 008A7E-BCDI96-250794392C4B .9a "I / o.rr n i' �/ /, / J �, r;W,: ?,, An,U„„ ✓ mI,;1 ✓ KA k„ / roNS��,/MS S�rE, ,.t ,, �„ vR(/ r //5;✓p' �� l R, ///✓ i,� f, ,I, ' sV'iL. Ar_.rj I➢4'>K � �4„ '. m ;;,,.�,�/ „�Il;�✓�j �,r/, e� �t✓���A '2 '� ,,,.�� ;rldk�i/,,,; �',�l dal�� � ,j! ✓, , / UN g k Nus✓ L......W' rr���u t��✓YJm Jh ty :.FO ,p� �,.�1� _`Ywtit ^,f%y �> Mup ,rl/a ;%''/%////'-r �� '/, ✓/ ?Iflir/„ronlF3' - oaf,8=� II f,� l✓,,, p% I ✓/i�i��l✓✓%i✓%✓/✓z”' 5 SUR 3 ": G(l((Ifl (� ✓//llll / /i Ai 0 / v/i Kc/; ' V ir/1 // ;¢ / lull ✓�//� / i �,.Ai/ '� lJi, a r ✓✓ � ,�Jo� l ✓i///// �,r,.f, �i✓ ,w�u, :, „�, A�%Lir ,,,,,,, /,;,,✓, :/� :v,: �. �f/m/�l� ���/l1 �✓�� ,; ,,,A �ie/ Vi U/ � /isb,.. � Vllru✓ /%//✓✓ //✓ i < ,a�`e n��t' ,✓ /% ri/ ii'"1,'° //; rA ,��,d�I �-r.,,,, /v �,,. ///„�,;,r .�1�,91!!?➢1JIl/IPr , ,/)� �.r Gkhi4%l� ,, �Il /////,i;�/,/ ,✓ offs /i,a, b /l,,;/, a/ Vi,./�% D. -rr ;� ✓� t„/ /„�/✓/%/ ✓ .:...�• a« At »/ , , �����%/ rr�il��?”r„: /lAr/iii✓/„ , , � ,,�//✓/ t ; -�i , , /,//// /, � ,„ ✓i// /�//,i/ �l �,. L, �,,, / ✓�/, � zee IG //// , . ✓ ���� JAI///%✓✓//✓�✓l✓%%✓!/i/%�rJ� '; „/ol A, ✓ /iri %/�i o ���� ! w sN Neci e Gm — c� es/ I mo / � w / 1 1 � � 1 a �111� / la�I rLu e. r U N A K �✓ ✓ / rl� a r � N t J 1111�� % ✓ / Its✓ ry / , ti111�r�r / ,, / . /✓ , w / ✓ r v as ✓ v a� � / w � �rrrt i U11J1JJJJJ // � � / w l � 1 a � l oprl'lA i.. .. .0 ���� .., 4.. ,. ,/ 1 �...... .e, ✓a�. I ru/ �/.. .. � ,.. / _ / G. ,�.. o IT r_., l„ /l/ ��:. }� /� ,.., ,... /i DKV../, .✓, /, �,, ,, l/A. /,� y„r,,.//r, ,,.. -.� ,.. ,•,/ ,N�w✓ �i n,.,u, 1,,,,. ,✓i � ,:. � � /�1.//rcr� ,✓�Yli,,: IB,,,,, .,.. l � _ � .,�///�/ ) Nor ,,� or, �. ram u� m..// .. i6 r ,... / _ //K✓ � IA(%/� �'��� ✓%/ , 000PER E�/ „,u r � r�,/ %/ A/ /✓ c/ /1Li lli ///� 1i/„ iii - /.. �,o✓/ //✓1 // /,../,�/ / ,PEOP�E�s ✓ , %a� / �%,< A ,A % % / /. N✓//,,, �EPo ✓� /ii ✓//✓/v/ // / // {� L, ✓ ,, Ayr//� A ../i;%%//�� ,.,,,, ���/////✓ ✓�„ /ori//i/F ,e ✓ f �x � �.����rGI A ✓� /i >//✓�/ ///i /it //%/ / //i/r L� /;�� � �a /rim✓ ������// w air/,,,/i ✓� ,//,o,,,,,z ✓��// / aRINA OFFICE qaPEso as�plallo z W )eoK, ZPF PUMP 4AnON - - . 51. a PEEOB*s m oo'lMEPU.0k EACENOI,. Q GENERAL SCOPE OVERVIEW: v a 1. DEMO EXISTING DOCKS A. F C,D,AND REMNANTS F M 1,OF DOCK L WFS DEMO BY 0/HERS BREADWAI ER INJUNE 202 2 DREDGE BASINS 1 AND 2 CORPUS CHRISM �COftO ORn GN09 BAY 3. CON5IRUC/NEW DOCKS A—D&L ” rec 4_ PHASE AS DESCRIBED EN SHEET 6 GRAPHIC 1-200' BAF BAE��� oian„�,Da.Us..u.g cnr vreaiccP9 2JC]sA =ED,IS,91 EnvelopeID.A8008A1E-BCD4-487D-9696-250794392C4B LEGEND ESTIMATED QUANTITIES SUMMARY _ PROPOSED SYMBOLS EXISTING SYMBOLS .o s.� epre�PDm sreau am,w remmr I[em DESCRIPTION EST MATED m Prn2e POLr ac<„IF arvtn rELwxorvE Pmrnu — — sorv�,wr s,wre PSP, nuarvnTY rvr 1y=0� PART A.GENERAL 07� ♦ Ba[xroxnN rELmsou PEo[su — — cos PIPE urvE � Ens.ux rp ac wLusm '. Al Mobl ret on(Max.s%of Part Al IS � �' rrwrc Poi[ � s m -E I'll 1 soeu ux ��Dx,Pott — Az Bona:and n:�ran<e lMa..z%pf ental AmD�m) AL 1 offs ssux PFIEI P.11FT.�AIEI I'llA3 oeone Aa on Day D. 1 w„m wLm toxr PDlr —^ — Dmx x��sxc:rvt Trafr<cpnvpl A4 H� wmw oe wavmxmw corvrvEnou re PRLsory roww Pau: _ waoo rwct AS Allowance ror unani gated to Z �ry IN IND,e e m: AL 1 suPEHvs oN.rna*cut Z nrv0 creno,pr,F, PPRi B DEMOLITION&DREDGING q PPE AND Diaeore ww wren ory wreows IIE xmrearn _ _ AIllwat 61 Mti-afion(Max.S%of PartB) LS 1 W PPL L DO sokuwaiEx unuxoL[ waiEa ue[k 62 D Elst DocksABC,D('nc.p le removal) EA 4 1-1—T -EIwu< irvc Rtvaiory g3 Dredge BeseStl Bas'n1(-9.01 CY 30,420 - Z �/� s:,eu cos uerea ® nwa vmr rvm g4 Dretlge Base B tl Bas'n 2(9.01 CY 9,320 Z o vo r1/.11 IIP of 1010 ELE.Fo �r us vPiu< eorvwx0 BS Overdretlge AII.w cefpr Bas ns 1 and 2(to-9.5') LY 10,900 W ¢A n rzoD rwmrv�ww,m noauwmw um:E ❑ -x B6 NEW Mater'&L(D.-id. D.Il osal(nckt:anI,,p—.... ..N) u,etc) � m PART NEW OOCHS A-DSL(Oecks tleB Gate lmprovem nla) kGtn or wPr rDEPxorv[co. rvxaiE wo aanreD m^'-r Mob-I-zat on(Ma %of Part C IF �- Prepws,D mrvcreD, DFnrecnt co uwxDlE pts:irva g,5x[s tng ConcretexDock ALncp way) wreiw DDcu DEIal ory oFrtka cOOM txnwD Pre¢ tng Concr k way) 3 oa IS tng Concr k L LS w C4 Floa 1 m d wnt. uaaonuPPE DIrx nrvO iccPPoryIF, «esorvue CS FloaCng Concr k ( I. "--es gangway) LS 1 0 mrvsreuciory:urs xDp r0 crew, 0k[rtou Prvo PE PtN of scPE C6 Floatng Concrete ock (n ay) LS = wn„aurv,unm¢ry mDE D,emrtuvo CT fixed Entry Dock-Dock L(,F,I piles amen M1es uFlides ga ngw LS U mx,re,wreaus mtn,s 11E rvm, IF IF or curew�ure, CS P—P sd Relocate&Re nstall Ex 5 Gate-Docks A,B,C D EA 4 t/) I-IF FTIEFT. 0 Refurb'sb Rel Ocate&FlIFtll&' .5 'yGO,DOckL EA 1 pppry,O_ eDm or rowxrvcr PART SHORESIDE SITE&UTILITY IMPR(WTR WW FH FDC Pedestals Key Box IT,SW&Pvml Repairs) .1. [ Mobilixs tion(Max.s%of Part D) IS D2 Stl0reside Slte&Utfl fty Improvements-Docks Aand B(Pbas IS _ D3 Sboresltle Slte&Utlllry Improvements-Docks Cand D(Pbase2 LS 1 O FII11kpry aoo/PaoP[ktt Cokrvw D4 Sboresltle5lte&U[Ilry Improvements Dock L(Pbasel) LS 1 E cureairvtD DI Accessible Pa klFg5pace5lgnage5trlpingand ISALogos 2 10 m murvo s/e'ikory xoo PARTE-BHORESIDEELECTRICAL IMPROVEMENTS PERSECTION 012901 MEASUREMENT AND BASIS FORPAYMENT) murvo:-—L 1i11 Mobiliution(Ma /of Part EJ SECTION CUT murvo Px.w+L ry Ik em wNw x°am Dz unFl ���� rewsmIEFEPLE UEll kru[IpOP] 4 Mo eSocket aE2 E-11-1 ondtCTnE�nclos w FIN-FE sD,wvu E5 Condus and Under and D ctbank IF IQ s ism:° A n :1rv1Ew,TrE lCl E6 Eletrical Racks a.s El Costs for NewAEP 5erye(Alowance) U AL 1 � Electrical 6 m r"°ixpoi rc.m m wxwz sxm x.za nn s°x.« lIlEll D ry EB Transformer Padand Assoclatetl EA C!1 - E9 Extr ca feetlers Q W� ---- IrvEPARTF ADDITIVEALTERNATE I IMPOSE BASIN IA —w o � r °nm�m �wrvE Meb l a n(Max %ef Pa a w FIIIEIIII sen:° mut-��1\I rEtwxorv, .ytu rEs F2 Dredge Baonl (-9A) p CY 9,020 w I� A F3 OverdredgeA f - A(to 95 Cy 1,300 Z O OSED F4 Dredge Bas-n1 a-al D­,PI transpor "is,fees,etc.) CY 9,020 � Q PARTG-ADDITIVE ALTERNATE P.DREDGE BASIN IB � Q nnm swwx mEexuo irv[ GlMoblxa on(Max.S%of Part G) IS � Ua — ie,re polo G2 Dretlge Bas n 1B(-9 0') CY 8,500 u ix°iu�rc lar xux°:U ewrEILM of r G3 Overdretlge Allowancefor Basin 1B(1,,9.5'1 cY 3,500 m sR[[ m d mxnino zx rc:uz -- NL1 G4 DI.III Bas n l posal'ncl tra nspprt perm 1 fees etc) Cy 12,D00 1 PART ADDITIVE ALTERNATE DREDGE BASIN TA a s7:n -rb m 2s H1 Mob-I-uCon(M 5 f rtHl LS 1 -- E 12 Dredge Barn2[-9n) cY w°oxux°ws:nxn°ns wx:u s°xnmu:xs.:°xwwx xno HH3 OvdredgeA wancefor Bas n2Ato 9.5CY I,— I,L0rvFGENII A 0z oau prenwec nro Dredge earn zA Mare.a D':po:a c­II-o-1 nappn,permnfee,,etq cr 5,900 o awn y D.xa.UP�=u�e � cnr vxdccr 9_glose �DocUSigU Envelope ID'.A8008A1E-BCD4-481D-9696-250194392C4B 1. (EFNFRAI 2. SURufl 6. STORM WATER POLLUTION PREVENTION —DINTS SHE£! A MINIMIZE DISRUPTION TO MARINA-G AND MARINA OPERATIONS DURING ME COURSE OF A. SURVEY CONTROL IS BASED FROM ME CITY OF CORPUS CHRIST MONUMENTATON USING A ABIDE BY PRONSIONS OF ME TCEO STORM WATER MANAGEMENT WATER POLUUTPNT PBOYC!M.9]N31.C1.00 MIS PROJECT. MAINTAIN BOAT ACCESS TO ME MARINA AT PLL TINES,EXCEPT IN WORK NORM AMERICAN VERTICAL DATUM BB(NAVO'BB)AND NORM AMERICAN DATUM(NAD 8]) DISCHARGE ELIMINATION SYSTEM REGUVTONS CONCERNING PERMITS FOR CONSTRUCTION AREAS ASFOR WRZONTPL CONTROL. B. ACTINTY WILL E BE ONGOING INRJME MARINA DURING ME COURSE OF THIS PROJECT ANO S. CONTROL POINTS HAVE BEEN PRONDED AND REFERENCED IN ME PVNS i0 NO IN ME AND BEST MANAGEMENT P PAGncEs. ME TOTAL DISTURBED POLLUTIONPREVENTION PAREAry FOR THIS Ywy�R e R SHALL MINIMIZE DISRUPTION TO MARINA IRPFFIC AND ACTMTES DURING CONSTRUCTION. CONSTRUCTION AND SHALL BE VERIFIED BY ME GO MR PRIOR M BEGINNING PROJECT IS LESS MAN I ACRE. NOIR'THE OAR PND MARINA AT LEAST 14 DAYS IN ADVANCE FOR WRITTEN AUMORIZATON CONSTRUCTION. B. NEUNG AND MAINTENANCE OF NEM— AND EOIIPMENT SHALL BE PERFORMED IN TO PERFORM PLAY WORK THAT WILL DISRUPT OR IMPACT ME MARINA MNFRC. A LIST OF L CONTRACTOR OR CONTRACTOR'S SUROEYOR IS RESPONSIBLE FOR ESTABLISHING NEW COMPLIANCE WITH EPA AND All OMER FEDERAL AND STATE REGULATIONS. PREDETERMINED SPECIAL NENTS THAT MILL REOUIRESPECIFIED PERIODS OF COORDINATION CONTROL IF NEEDED WITHIN ME PROJECT UNITS AS NECESSARY FOR PLACEMENT OF ITEMS C. NATURAL AM CULTIVATED NEGETAFIN SHALL BE LEFT UNOSMRBEO AS MUCH AS POSSIBLE -_ AND/OR NO CONSTRUCTON ACTMIY IS PRONDED IN SECTION 01 M 00. MIS TIME HAS AND DOCK PLGNMENTS SHOWN IN ME PLANS. D. SPRINKLE WATER FOR DUST CONTROL AS/IF DIRECTED BY ME APR. BEEN FACTORED INTO ME ALLOTTED CONSTRUCTION TIME. O. EXISTING UTIUTIES SHOWN ON ME DRAVANCS PRE FOR INFORMATIONAL FURPOSES ONLY E. REM—PLAT ACCUNUVIED SEDIMENT OR DEBRIS FROM ME PROJECT SIZE. G ME CONTRACTOR MAY USE ME 1 AREAS IDENTIFIED ON SHEET 6 FOR ME AND ME ACCURACY AND COMPLETENESS OF SUCH INFORMATION IS NOT GUARANTEED. SEE F. TRASH,CONSTRUCTION DEBRIS,AND CONSTRUCTKN CHEMICALS SHALL BE REMOVED BEFORE LAYDGWN/STIRACE AREAS. UMIT MATERIALS AND VEHICLE STORACE TO ME NOTE 5.0 BELOW. ORA' INDICATED BY THE RESULTS OF REGULAR SIZE INSPECTIONS. REMOVE ALL UNUSED VWOWN/SMRACE AREA(S) SHOWN EXCEPT WHEN OTHER AREAS PRE SPECIFICALLY CONTAINERS AND DISPOSE OF EMPTY CONTAINERS IN ACCORDANCE WITH MEC REGULATIONS. Z e AUMORIZE0 BY ME OAR IN WRITING. PROWDE TEMPORARY FENCING AROUND LAYDOWN 3. SEOUFuQE G. POST SPILL RESPONSE BULLETINS ON STE OR IN ME SUPERINTENDENTS VEHICLE. PANTS, NREA(S). RESTORE VYDOWN OR STAGING AREAS M PRECONSTRUCTION CONDITIONS. A THIS PROJECT SH BE CONSTRUCTED IN 2 PHASES. PHASE I INCLUDES DEMO OF THINNERS,ACIDS,AND SOLVENTS SHALL BE STORED IN A STRUCTURE SECURED FROM W -a 0. SUBMIT AN EQUIPMENT ACCESS PLAN FOR MORUZATON TO CAR FOR APPROVAL PRIOR TO EXISTING DOCKS A AND 8,DREDGING OF BASIN 1,AND CONSTRUCTION OF NEW DOCKS A STORM WATER EXPOSURE,OR IN THE CONTRACTOR'S VEHICLES AND SHALL BE REMOVED W MOSIUZATON No DELIVERY OF EOUIPMENT AND MATERIALS M ME PROJECT SITE. B,AND L,INCLUDING UTILTES AND AMENITIES FOR[LOCKS A,B,PND L. DOCKS C AND 0 FROM ME WORK SIZE DAILY. NO NASTE PRODUCTS PRE PERMITTED IN ME CITY'S INCLUDEPROWSIONS TO PROTECT EXISTINGMPR FEATURES AT E TO REMAN. WILL REMAIN IN SERWCE AND OCCUPIED DURING PHASE 1. DUMPSTERS OR TRASH CANS. ON SIZE FUB]NG TANKS,IF USED.SHALL BE EQUIPPED E. PROWOE TEMPORARY PROTECTION OF WORK AREAS AND FEATURES TO REMAIN FOR ME B. LATER NEW DOCKS A.S.AND L PRE COMPLETE AND READY FOR OCCUPANCY ME TENANTS WIN POLLUTION DAMS CAPABLE OF HOLDING CAPACITY EOUPL TO ME TANK. 'Z OURATCA OF ME PROJECT. RESTORE AL EXISTING FEATURES THAT ARE TO REMAIN M ON DOCKS C AND D WILL SE RELOCATED TO ME NEWLY COMPLETED DOCKS A S.AND L W PRECONSMUCTION CONDITION OR BETTER AT NO SEPARATE PAY UNLESS SPECIFICALLY TO BEGIN PHASE 2. P1USE 2 INCLUDES DEMO OF DOCKS C AND D.DREDGING OF BASIN J bfi5LE_6UEQ Jc LISTED IN ME BID FORM. 2,AND CONSTRUCTION OF DOCKS C AM 0, INCLUOINC UTILITIES AND AMENITIES FOR A. CONCRETE PND ASPHALT SHALL BE NEATLY SAW CUT WHERE EXISTING CONCRETE OR F. ME CONTRACTOR'S WORK FORCES SHALL PARK VFHIGUES AND EQUIPMENT INSIDE A FENCED DOCKS C ANO 0. ASPHPli IS TO BE PARTIALLY REMOVED. MRK AREA OR AT ME PROJECT JOB TRAILFA. UNDER NO CIRCUMSTANCES SHALL ME C. REFER TO ME PHASING PLAN AND NOTES ON SHEET 6. B. MASH ISH SHALL MOVE BE PICKED UP ANO RED AT THE END OF EACH DAT. MARINA PUBUC PARKING SPACES BE USED EXCEPT AS SPECIFICALLY IDENTIFIED FOR ME C. ME CONTRACTOR SHALL CONDUCT OPERATIONS IN SUCH A MANNER THAT TRUCKS AND CONTRACRIR'S LAYDOWN AREA OR OTHER AREAS MTHORIZED BY THE OAR IN WRITING, 4. DEMOLITION ffi SALVAGE OTHER EOUIPMENT GO NOT CREATE A DIRT NUISANCE OR SAFETY HAZARD IN ME MARNA G. MAINTAIN A M DISTANCE OF 15'FROM ME FACE OF ME EXISTING BULI(HVD NIM A. REMOVE 411 EXISTING ABOVE SURFACE AND BURIED STRUCTURES ON THE SIZE WHICH ARE OR ON OTHER PUBUC OR PRIVATE SME£TS. EQUIPMENT HEAVER MAN A I TON PICK UP. REQUIRED i0 PLLAW ME NEW CONSTRUCTION AS SHOWN. THE APPROXIMATE LAGTON D. EXCAVATIONS SHALL NOT BE MADE WHEN INCLEMENT WEATHER IS IMMINENT. SCHEDULE N ANEXTENT OF MESE STRUCTURES PRE GENERALLY SHOWN BUT MUST BE FIELD VERIFIED H. SUCH S THAT ME E%CAVAlEO AREA CAN BE RESTORED PRIOR i0 NSET OF O H. SEE SHEET 6 FOR SURVEY DATUM ANO CONTROL POINTS FOR THIS PROJECT. E 1. WATER LEVEL AT ME MARINA SIZE VARIES. ME n—INFORMATION PROWOED BELLOW IS BY ME CONTRACMR. INOB—WEATHER. WATER ACCUMUVTON IN EXCAVATIONS SHALL BE PUMPED OUT AS 2 B. EXCEPT AS NOTED OTHERWISE Al DEMOUSHED ITEMS SHALL BECOME THE PROPERTY OF SOON AS PRACTICABLE AFTER A RAIN EVENT AND BEFORE CONCRETE:OR PAVEMENT IS W U FROM 8/]/2021 NOM TIDE STATION BJJ5298 LOCATED AT ME USS LEXINGTON AND IS1INTRACTOR ANDREMOVED FROM LEGALLY pLttEO. DO NOT LEAVE EXCAVATED AREAS E%MISND/UNPROTECTEO LONGER N MAN 14 S c PRIN ED FOR GENERAL INFORMATION. ME CONTRACTOR SHALL MAKE HIS OWN DISPOSED OF BY ME CONTRACTOR. NIS INCLUDES ME E%CAVAlEO DREDGE MALE Z N v _SnGAFON AS TO TIDAL CONDITIONS AT THIS SIZE AND ASSURE HIMSELF OF WATER ITEMS NOTED FOR SACVAC£FOR THE CITY SHAH BE CAREFULLY REMOVED AND PLACED AT VVVjJ CL N rn LEVELS WHICH MAY BE EXPERIENCED DURING ME COURSE OF ME WORK. E. CONTRACTOR SHAH COORDINATE SOffDULE,PUBLIC CT ICATONS,ETC.,AS ECESSARY J Q A LOCATION DETERMINED BY ME CITY. WIN ME CAR. 'B WANT Q W W BIVATOry MAW'Bel C. THE EXISTING SECURITY ACCESS CATO AND SECURITY FENCING AT EACH DOCK ENTRY F. WHERE`PROMISED",-PROP. OR-PRO."IS USED IN THIS SET OF DOCUMENTS IT SHALL U N MEAN HIGHER HIGH WATER(NHHW) 1.03' SHALL BE REMOVED,REFURBISHED,AND RBNSTALLED AS INDICATED IN ME DRAWINGS AND MEAN NEW CONSTRUCTION M BE PERFORMED AS PART OF THIS CONTRACT. MIS NOTE NEPA HIGH WATER(MHW) I.01' PER NOTES IN SECnON II BELOW. PLAT COMPONENTS NOT RE-INSTALLED OR NOTED FOR SHALL NOT BE INTERPRETED TO REQUIRE "PROPOSED. "PROP.' OR 'PRO." AS AN O MEAN LAW WATER(M.) 0.43' SALVAGE(FOR EXAMPLE ME CHAIN LINK FENCE)SHALL BECOME ME PROPERTY OF ME INDICATOR OF A REQUIRED I.M. y E MEAN LAWER LAW WATER(MLLW) 0.42' CONTRACTOR AND REMOVED FROM THE SIZE. ME EXISTING CANOPY FRAMES SHAL_BE C. OMISSIONS FROM ME DRAWINGS OR�ECIFlCAM S WHICH ARE MPNIFESRT NECESSARY i0 V- NAV➢ REMOVED AND DEMO'0 AND WILL NOT BE REFURBISHED,REINSTALLED,OR SALVAGED. CARRY OUT ME INTENT OF ME DRAWINGS AND SPEORCATONS OR WHICH PRE U 1. WORKIN THE MARINA BASIN IS SUBJECT TO USAGE PLMORIZATON ANO REQUIREMENTS. A D. PIUNCS TO BE REMOVED SULL ARILVE BE REMOVED COMPLETE AND INTACT AS MUCH AS CUSMNLY PERFORMED$HAL NOT REUME CONTRACTOR FROM PERFORMING SUCH 0 COPY OF ME PERMIT IS INCLUDED IN ME APPENDIX OF ME CONTRACT DOCUMENTS. POSSIBLE. ANY PILE WHICH DOES NOT REMAIN INTACT SHALL BE REMOVED TO MINIMUM OMITTED DETAILS OF ME WORK BUT ME WORK SHALL BE PERFORMED AS IF FULLY AND COMPLY NIM PLL PRONSIONS OF THE USAGE PERMIT OBTANED BY ME CITY FOR MIS ELEVATION AI'(N .88)OR DEEPER. COMPLETELY SET FORTH AND DESCRIBED IN THE DRAWINGS PND SPECIFICATIONS. ME PROJECT. E. SALVAGE EXIST.SECURITY CAMERAS AND PUSS LOCKS FOR CITY. OEUVER SALVAGED ITEMS CONTRACTOR SHALL CHECK PLL DRAWINGS PND SPMIACATONS AND SHAL_PROMPTLY TO MARINA OFFICE,USING CPRE NOT TO DAMAGE ME ITEMS TO BE SALVAGED. EXISTING Non FY THE CPR OF PLAT DISCREPANCIES. FIGURES MARKED ON DRAWINGS SHALL IN K. INSTRUCTIONS GNEN BY THE NOTES CO NOT CONSTNIE SEPARATE PAY ITEMS UNLESS SECURITY/IT BOXES AT DOCKS A-D PRE TO RETAIN IN PLACE FOR RE-CONNECTION BY CIM. GENERAL BE FOLLOWED IN PREFERENCE TO SCA-ED MEASUREMENTS. LARGE SCz SPECMCAILY USIED IN ME BID FORM. WORK REQUIRED TO COMPLETE ME PROJECT AS F. SEE AMIT10—DEDMOUTON NOTES ON SHEET J. - IN' SHOWN AN DESCRIBED BUT NOT SPECIFlCPLLT LISTED IN ME BIO PORN IS SUBSIDIARY i0 SHPlIry REVIEW ALLrvDRAVANCS TO VERIFY ME FICUflES BEFORE LAYING OUT ME WORK OR N THE MOST APPUCABLE BIO ITEM. 5. UTJ mFc ORDERING MATERWS AND WILL BE RESPONSIBLE FOR ERRORS WHICH MAY HAVE BEEN U LL CONSTRUCTION SHALL BE IN ACCORDANCE WIN ME SPECIFICATIONS LISTED IN ME A. COORDINATE AIL UTUIY TIE INS NTH ME CPR,AFFECTED UTILITY DEPARTMENT,AND AVOIDED MEREBY. m p CONTRACT DOCUMENTS AND ME DETAILS INCLUDED OR REFERENCED IN ME PLANS. MARINA SUPERINTENDENT AT LEAST 72 HOURS PRIOR TO INTERUPTNC SERWCE H. RECORDS PRE NOT AVAVBLE FOO AL1 PAST WORK/IMPROvEMENTS AT ME MARINA,AND PLAT CHANGES OR RENSIONS MUST BE SUBMITTED TO ME OAR FOR RENEW ANO APPROVALS. COORDINATE PLL SEINCE SHUMONMS WIN ME APPROPRIATE UTUIY OEPARMENT WORK HAS BEEN PERFORMED MR ME IASi SO YEARS THAT WAS NOT DOCUMENTED IN Q .� IN WRITING PROF TO CONSTRUCTION. N 085ERVER AT LEAST 72 HOURS PRIOR TO ME ANTICIPATED UnUTY SERVICE SHUT DOWN. ME CITY'S AS-BUILT/RECORD DRAWING DATA BASE. COPIES OF EXCERPTS FROM—1-ASLf N. ME CITY AND CPR RESERVE ME RICHT i0 RAPHE REASONABLE ADJUSTMENTS IN LINE L COORDINATE INSPECTIONS WITH ME MPLICPBLf UTILITY INSPECTOR AT LEAST 2 BUSINESS RECORDS OF AWNS NEAR ME BULI(HVDS IN ME MCI TTY OF ME ENTRIES TO DOCKS A, w W ANO/OR GRADE IN ORDER TO AW ID CONFUCTS NTH NON-RELOCATABLE STRUCTURES OR DAYS IN ADVANCE OF M K BEING COVERED. B. PR D.AND L E PRONGED IN ME APPENDIX OF THE CONTRACT DOCUMENTS FOR ~ OTHER UnUnES. CONTRACTOR SHALL MAKE REASONABLE AAJUSMENM AT NO COST TO D. EXISTING UnUnES AND FEATURES SHOWN ARE BASED ON A COMBINATION OF FIELD CONTRACTORS GENERAL REFERENCE ONLY AND PRE NOT GUARANTEED. CONTRACTOR SHALL 0, Z CITY INVFSTGATRIN AND SURVEY,AVAVBLE RECORD DRAWINGS,AND CITY GIS DATA AND PRE PERFORM AN INVESTIGATION OF ME BULKHEAD AT EACH OF ME DOCKS TO CONFIRM Q 0. EXISTING-G,UTILITIES,BUILDINGS,AND OTHER FEATURES SHOWN ON THE PLANS BUT PROVIDED FOR INFORMATIONAL PURPOSES ONLY. ME ACCURACY AND COMPLETENESS ISEXISTING CONDITIONS. NOT SPECIFlCPLLY RELATED i0 THE WORK PRE FOR INFORNATONPL PURPOSES ONLY AND NOT OIAFPNTEEO. IT IS THE CONiRACTEIR'S SOLE AND COMPLETE RESPoNSIBILItt i0 I. ME CONTRACTOR IS RESPONSIBLE FOR TARING PDEOUAIE MEASURES i0 PROTECT MARINA Q K MAY BE SHOWN M A LESSER ACCURACY OR DETAL THAN ME REMAINDER OF ME PLANS. VERIFY SIZE CONDITIONS AND TO INVESTIGATE AND LOCATE PLL UNDERGROUND UTILITIES AND PEDESTRIANS AND MNFPG FROM CONSTRUCTION ACIMTY AND EQUIPMENT. PLL AREAS OF Z P. CONTACT TEXAS 811/LONE STAR AND ON TRAFFIC ENGINEER AT LEAST 48 HOURS PRIOR STRUCTURES SUFFICIENTLY IN ADVANCE OF TRENCHING AND EXCAVATION OPERATIONS TO CONSTRUCTION ACIMTY REQUIRING PEDESTRIAN OR MNFFC ROUTE PAJUSTMENT SHAH BE TO PLAY EXCAVATION. AVOID DAMAGING EXISTING UnUnES AND FEATURES OR CASING UNNECESSARY DELAYS. DIVERTED PER REOUIREMENTS OF ME TRAFFIC CONTROL PLANS. MAINTAN TRAfTIC U CD 0. ME CONTRACTOR SHAH OBTAIN ALL PERMITS AND UCENSES IN ACCORDANCE WIN ME THIS INCLUDES EXPOSING UnUIY TIE INS AND CROSSINGS FOR VERIFICATION PRIOR TO CONTROL THROUGHOUT THE CURATION OF ME PROJECT IN ACCORDANCE WITH ME"TEXAS d GENERAL CONDITIONS. MIS PROJECT 15 NOT EXEMPT FROM CITY PERMITS AND FEES. A LAYING NEW ONES AND/OR ORDERING NEW CONNECTIONS AND FITTINGS. UAL OF UNIFORM TRAFFIC CONTROL DEVICES" AND ME TRAFFIC CONTROL PVNS. COPY OF ME USAGE PERMIT PLMORIZATON OBTANED BY ME CITY FOR MIS PROJECT IS E. TRENCH EXCAVATION SHALL NOT PRECEDE BACKFILL BY MORE MAN NO'. NO TRENCH CONTRACTOR MAY SUBMIT A FI NSED TFAFFlC CONTROL PLAN TO ADDRESS SPECIFICS OF PROWDED IN THE APPENDIX OF ME CONTRACT DOCUMENTS. SHALL BE LEFT OPEN AFTER NORMAL BUSINESS HOURS. R. WHERE THE ABBRENATON'PDO.Ali.'OR'ADO.ALTS'IS USTED IT IS A REFERENCE TO AN F. ALL OPEN EXGAVATON SHAH BE ENCLOSED WIN ORANGE SAFETY FENCE AND BARRELS. APPROVAL THESPROPOSED REVISED EIRPFFIC CONTROL C1PWN MUSTCBESJDETAILFD AND ADOITIVE ALTERNATE BID ITEM. WORK ON AN PDD.PLT.OR ADDITIVE ALTERNATE ITEM IS G. CEMENT STABIUZED BACKFILL SHAH BE UNIFORMLY MOISTENED ANO MIXED PRIOR TO SEALED BY A PROFESSIONAL ENGINEER AND SUBMITTED TO TRAFFIC ENGINEERING SHEET 4 0( 70 NOT TC BE CONSTRUCTED UNLESS SPECIFICALLY AWARDED IN ME CONSTRUCTION CONTRACT. PLACEMENT. DEPARTMENT FOR RENEW PER THEIR TIMELINES AND REQUIREMENTS. A MINIMUM 14-GAY flECORO WRMXWNC LA0. MERE WILL BE NO PAYMENT FOR PLAY ADD.PLT. ITEMS THAT PRE NOT SPECIFICALLY H. L ASSESTGS-CEMENT PIPE TO BE REMOVED SHALL BE DISPOSED OF IN STRICT REVIEW PERIOD IS REQUIRED. MERE WILL BE NO PAYMENT FOR ADDITIONAL TME ON A A z INCLUDED IN THE CONSTRUCTION CONTRACT AWARD. ACCORDANCE VARA LOCAL,STALE,AND FEDERAL RECUVTONS. TRAFFIC CONTROL BIO LIEN UNLESS SPECIFICALLY AGREED i0 IN A SIGNED CHANCE ORDER. BAF 259 I. ALL CONPONENIS OF ME FlI7EWAlER SYSiQA SHAL COMPLY VARA ME LATEST EDITION OF g orzon ey u.ea.rz�g.....g � CITY fROYD!/_21028 �DOCUSU,Envelope ID'.A8008A1E-BCD4-48]D-9696-250]94392C4B -DINTS SME£! 8. PROPOSED DOCKS 9. 11.SECURITY GATES PNO FENCE PAOYLl NO.93431C1W A. PROPOSED DOCK DIMENSIONS SHOWN PRE OLMIDE DIMENSIONS(O.D.)AND INCLUDE WN.ERS A DOCKSIDE WASTEWATER VACUUM SYSTEMS ON ME UTUTY DECK OF EACH NEW DOCK SHALL A. REMOVE AND OEM O ME EXISTING CANOPIES PND FRAMES AT THE ENTRIES TO DOCKS UNLESS SPECNr IFlC _T INDICATED OTHERWISE. INCLUDE A PERWALTIC REMOTE FORWARD PUMPOUT SYSTEM CAPABLE OF OPERATING 30 GPM A-0. DEMO EXISTING ELEVATED CONCRETE FOOTINGS AT DOCK C AND 0 CANOPY B. WIONS OF FINGER PIERS PRE 5.0' TYPICAL EXCEPT WHERE SPECIFICALLY INDICATED AT MAXIMUM gJ RPM AND P/IOD RATIO(THEORETICAL MAXIMUM NUMBER OF OCCWSIONS/ FRAMES AND MATCH CONCRETE FINISH i0 THE SURROUNDING CONCRETE FINISH AND s� OTHERWISE. DO GALLONS PUMPED) NOT i0 EXCEED 120, SUCH AS MECO PUMP k EOOPNENT GRADES. C. TYRIGL CLEAR SAME SHOWN IN ME TAGUO ON SHEETS 19-21 PRE EASED ON THE (I-619-298-3800) MODEL PER90O.M40 OR APPROVED EQUAL. SYSTEMS SHALL INCLUDE B. SALVAGE EXIST. SECURITY SYSTEM CAMERAS, UGHTNG, AND LOCKS, AND PROTECT to RMINIMUM CLEARANCE REQUIREUENTS. THE ACTUAL CLEAR SPACE MAY EXCEED THESE DIGIT WIRELESS RECEIVERS,HEAVY DUTY ANNE DECK HYDRANTS AT LOCATIONS SHOWN ONE%ISTNC WIRING Ai DOCKS A-D THAI NAY BE NEEDED FOR FUTURE RECONNECTION BYDIMENSIONS WHERE NEEDED i0 ACCONOOAIE THE CUSTOM DOCK FP8RICAT NI PND PRE ME DRAWINGS,ANO PORTPBO ALUMINUM HOSE GRT WITH WIRELESS CONTROLS FOR EACH OTHERS. DELIVER SALVAGED CAMERAS,LIGHTING.AND SECURITY LOCKS i0 CITY MARINASUBJECT TO DAR AND ENGINEER APPROVAL. DOCK. OFFICE. EXIST.SECURN/IT BO%ES PND ELECTRICAL IT CONDUIT ON BULKHEAD SHALL0. PRUDE SUBTTALSON ALL COMPONENTS OF THE FLOTING DOCK SYSIEN, INCLUDNG PERISTALTIC PUMP SHALL BE DIRECT DRNE PND BE DRIVEN WITHOUT ME USE OF A REMAIN IN PLACE AT DOCKS A-0.UTILITIES PNO PMENITES,TO THE GR/ENGINEER FOR RENEW PND CONFIRMATION PRIOR TO LONG COUPLING OR BELT MINE. THERMALLY PROTECTED MAG EEECTRIC MOTOR WIN C. EXISTING SECURITY GATES AND THE PUNCHED METAL SECURITY FENCE SIDE EXTENSONS -- OROWNC,FPBRIGTON,PNO INSTPIIATON. AUMMATE RESET SHN1 BE FACE WUNRD TO GEARBOX WHICH MUST HAVE A MINIMUM FOR DOCKS A-D AND L SHALL BE REMOVED,REFURBISHED(RE-GALVANIZED),AND E. DOCK DIMENSIONS AND COORDINATES SHOWN PRE SUBJECT i0 MINOR PBIIJSTNENTS IF SERMCE FACTOR OF 1.4. GEARBOX MUST BE MAINTENANCE FREE AND LUEFICAMII FOR REINSTALLED. _ NEEDED i0 ACCG,O[IATE ME CONTRACTORS' CUSTOM FABRICATION SUBMITTAL AND PRE LIFE. INTEGRATED.FACTORY INSTALLED CONTROL PANELS MUST BE NEMA 4X AND MUST 0. DEMO AND DISPOSE OF THE EXISTING WAIN UNK SECURITY FENCE SIDE EXTEN.MS SUBJECT TO OAR APPROVAL BE ILL USTED AND LABELED BY UL508A PANEL SHOP. USE OF U M USTED ON ME NORSIDE OF DOCK A ENTRY AND ON BOM SIDES OF DOCKS B.C.AND 0 F. COORDINATES PRE PRONGED FOR EACH DOCK ENTRY AND END POINT. ME INTENT IS i0 COMPONENTS DOES NOT CONSTITUTE UL LISTING. CONTROL PANEL MUST INCLUDE 12 ENTRIES AND REPLACE WITH NEW GALVANIZED PUNCH D METAL 'EXTENSIONS' AND ESSENTIALLY MATCH EACH EXISTING DOCK ENTRY LOCATION AND i0 AUGN DOCKS A-0 AND 24 V OC CONTROL CIRUITS USED FOR ACTVATON AND OPTIONAL ACCESSORIES SUCH FRPNE, MATCHING ME STYLE AND FEATURES OF ME EXISTING PUNCHED METAL PPRPWEL TO ME UWRENCE ST. STEM. ME FINAL COORDINATES MAY VARY SUGHTLY, AS STROBE UGHTS OR SIRENS. CONTROL PANEL MUST INCLUDE A(LOLL OFF REMOTE) SECURITY FENCE AND SUPPORT FRAME. ME NEW PUNCHED METAL SIDE EXTEN9ONS Z SUBJECT TO APPROVAL OF ME CONTRACTORS'CUSTOM DOCK SUBMITTAL. SDECTM SWITCH M ACCOMMODATE SERVICE OR DISAGUNG ME PUMP DURING ROUTINE It MATCH ME LOCATION AND SIZE OF THE EXISTING CHAIN LINK SECTIONS AND G. EACH GANGWAY SHAL BE MOUNTED TO ME TOP OF ME EXISTING CONCRETE BULK MAINTENANCE OR TROUBLESHOOTING. PUMP SHALL HAVE AN INTEGRAL TIMER IN BOM SHN1 MATCH ME FINISH AND FRAMEWORK OF THE ADJACENT REFURBISHED FEATURES. W (DOCKS A-D)OR NEW WOOD FRAME AND DECK(DOCK L)AND CONFIGURED i0 ADAPT TO LOCAL(HAN.)M REMOTE(AUTO)MODE WHICH CANNOT BE BYPASSED AND HAS A E. THE EXISTING PUNCHED METAL SECURITY GATE,FRAME,AND SIDE EXTENSIONS SHALL BE -a TIGAL VMIAT NS AT MIS LOCATION. MPROMU RUN TIME NOT TO EXCEED 60 MINUTES. CONTROL PANEL SHALL INCLUDE A OIRASSEMBOD AND iEMPORMILY REMOvID. CLEANED. REFURBISHED AND H. CONiRACiOR SHALL SUBMIT PVNS AND OBNLS NTH GWUUTONS ON ME PROPOSED LLCCE ILO OOPUT WHICH PROMOES REAL TME OETNIS OF PUMP STATUS INCLUDING RE-GALVANIZED.AND RONSTN i ID AT MBR CURRENT LOCATIONS WIN NEW GALVANIZED Z $: CONCRETE DOCK SYSTEM FOR APPROVAL PRIOR i0 ORDERING/MANUFACTURING COMPONENTS. OAPSED HOUR METER(NON-RESETTPBLE)AND CMO COUNTER AND SERMCE REMINDER. FITTINGS AND ACCESSORIES. ME COMPONENTS SHALL BE RE-GALVANIZED IN (� CONTRACTOR SUBMITTALS SHALL BE SIGNED BY A PROAOSONAL ENGINEER REGIS FEO IN PUMP SHALL DISPLAY CURRENT STATUS AND MY FAULT CODES IN PUN TEXT WITHOUT ACCORDANCE WIN ASTM A123 AND MINIMUM COATING THICKNESS GRADE 100 (2.] Z m TEXAS. SEE SPECIFICATION 13H CONCRETE FLOATING DOCK. CRITERIA FOR ME CONCRETE ME USE OF WISHING LIGHTS M ERRM CODES. PUMP MUST INCLUDE AN INMGRMD OZ/SF). THE GALVANIZING INCWOES OISASSEMBUNC ME GTE AND SURROUNDING W DOCK SYSTEM INCLUDES: LEN(DETECTOR WHICH WILLDISABLE ME PUMP IN ME EVENT OF AN INTERNAL LEN( FRAME i0 INDIMOUAL COMPONENTS,SENDING COMPONENTS i0 A MANFALTUF£R THAT _ Ha -91.67 FT/2.0 SECONOS OCCUPIED WIN AP UTRf AS 1.5 OZ OF FLUID. LEN(OE CIFOR MUST CONTNN MY LEAKS WITHIN HAS ME NECESSARY PIT SIZE TO SUBMERGE EACH PIECE WNPLEMI-Y AND GUARANME V =gg.Pry ME LEN(DETECTOR ANO IMMEDIATELY GISAB E ME PUMP IN ALL OPERATING LODES. A UNIFORM COATING THICKNESS OF AT LEAST GRAGE 100(2.3 OZ/SF),INSPECTING 143 MPH PUMP SHALL INCLUDE AN INTEGRATED NEMA 4X DISCONNECT SWRCH WIN PROMSIONS EACH PIECE INDIVIDUALLY i0 ENSURE AND CONFIRM MED AT ME RUIRED COATING 1. PftOMBE NEW IDENTIFICATION SIGNS FOR EACH DOCK ENTRY AND FOR EACH SDP,MATCHING FOR LOCKOUT/TAGOUT OSHA PROMOOLS. PUMP SHALL BE SUPPLIED POE-PLUMBED THICKNESS IS ACHIEVED,AND RE-ASSEMBUNG AND RE-INSTAUNG ME REFURBISHED THOSE CURRENTLY ON DOCKS E-H. SEE GENERAL NOTES SECTION 10 DOCK AND SDP USING SCH 80 PJC SWEEPING OBOWS.UNIONS FOR SIMPLIFIED SERMCE AND STAINLESS GTE AND FRAME TO ITS ORIGINAL LOCATION. PRUDE DOCUMENTATION CONFIRMING IDENTFICATON SIGNS AND SHEET 37. 1-REINFORCED INLET/OUn£T FEW CONNECTIONS. PUMP MUST INCLUDE PULSCTON GRADE 100 GALVANIZED COATNG. IT IS ME INTENT MAT ME FINISHED GATE AND SIDE J. CAST A12' X 12"THICKENED AREA IN ME TOP OF CONCRETE DECK AND PRUDE A DAMPENER SWITCH AND PRESSURE SWITCH FUR AUTOMATED SHUT OFF. PRESSURE EXTENSIONS BE CONSISTENT AND UNIFORM IN STYLE AND APPEARANCE. UNCTION BOX NEAR ME ON OF EACH DOCK FOR FUTURE POLE i0 BE INSTALLED BY SHALL BE FACTORY SET AT W PSI AND CANNOT BY BYPASSED. OTHERS FOR FUTURE CITY WIFl SYSTEM. COORDINATE WIN OAR AND CITY IT DIRECTOR PETER 2. INLET PLUMBING SHALL INCUUM AN INTEGRATED VACUUM TEST GAUGE WITH GAUGE 12.SHORESIOE SITE IMPROVEMENTS COONS 1-2,F89)_821-2489)FOR SPECIFIC LOCATION OF THICKENED AREA AND JUNCTION BOX. ISOLATION TO SIMPLIFY FUTURE TESTING AND MOUBI5HOOTEM NG. PUMP ASSEMBLY SHALL A. SEE PDDITAL ONNOTES AND INFORMATION ON ME SHORESIDE WATER AND WAShYJATER N _ K. DOCK L FIXED DOCKS$HALL INCLUDE HOPE DECK BOARD WITH INHIBITORS AND PA BE EQUIPPED WITH A LARGE CLUE VIEWING WINDOW PRMgNC MSUAL REPRESENTATION SDE INPftOVEMENR ON SHEETS 27-37. SEE SHEETS 38-57 FOR SHORESIDE STABILIZERS SUCH AS WEAR DECK,COOL GREY".WEMDECK.COM). 00 NOT GRIND OR OF PUMP ROTATION. PERISr TIC PUMP ROLLERS SHALL BE FACTORY POSITIONED AND ELECTRICAL IMPRO EMENTS. a OTHERWISE DAMAGE MOOD GRAIN SURFACE. SHALL NOT REONRE PERIODIC USE OF SHIMS TO MAINTAIN PUMPING PERFORMANCE B. ABANDONED PIPE'WITHIN LIMITS OF ANO/OR IMPACTING NEW WORK SHALL BE REMOVED 2 THE DOCKSIDE POTABLE WATER,WASTEWATER,ELECTRICAL,AND ARE PROTECTION FEATURES PUNA SHALL BE FASTENED TO A 316 STAINLESS STEEL PUMP FRAME ME USE OF AND PROPERLY DISPOSED. VERIFY INACTIVE END STATUS PRIOR i0 REMOVAL CAP S S U SHOWry ONSHEETS 19-21 PRE SCHEMATCS. THE CONTRACTOR SHALL SUBMIT PVNS, PAINTED MEL OR ALUMINUM FRAMES PRE NOT PERMITTED. OF ABANDONED PIPE i0 REMAIN. UTILITIES i0 BE ABANDONED SHALL BE MAINTAINED IN OETNLS,PNO MATERIALS FOR THE PROPOSED SYSTEMS,INCLUDING ME GANDWAY HOSE ANO ] DECK HYDRANTS SHAG INCLUDE AN DEVATED 316 STAINLESS STEEL MOUNTING BRACKET SERMCE UNTIL THE APPROPRIATE SERMCE CHANGEOVER HAS BEEN COMPLETED AND N CONNECTION AT BULKHEAD. CONTRACTOR SUBMITTALS SHALL BE SIGNED BY A PROFESSIONAL FOR FASTENING TO DOCK STRUCTURE. .OUNnNG BRACKET SHPlL BE USER ETWEO ORACCEPTED FOR USE. O v ENGINEER REGISTERED IN TEXAS AND EXPERIENCED IN ME DESIGN OF COASTAL MARINA ENGRAVED WW1 ME WORD'SEWAGE'. C. PROTECT EXISTING UTUTIES AND FUTURES THAT PRE i0 REMAN. PPP CL N rn UTLITES. 4. ALUMINUM HOSE GAT SHALL BE CAPABLE OF STORING UP TO 100'OF INDUSMIAL 0. EXISTINGXIISCONCRETE AND RESTORED REOUIRF REW-SHAU_BE SAW Cur TO PRUDE NTH CIN Si OMPA SPECIFIC ONS 'g WANT k M. OOCKSOE AMMER PROTECTION SYSTEM SHALL INCLUDE 4'FOC LOCATED ON THE SHORE SUCTION HOSE. ALL SUCTION HOSES SHALL BE RATED FOR FULL VACUUM(30 HG)ANO N O W W AND 4"DRY FlRELINE WIN 2'HOSE VALVES LOCATED ON THE DOCK AS SHOWN ON ME PRESSURE RATED FOR A MINIMUM 50 PSI. SUCTION HOSE SHALL BE FEW REPAIRABf AND OETNLS,INCLUDING EXPOSING EXISTING STEEL AS NEEDED i0 TIE NEW CONCRETE PUNS. ALL FIREWATER SYSTEM COMPONENTS SHALL COMPLY WITH INTERNATIONAL ARE COLE. AND INCLUDE AN UNBREAKABLE THREADED SITE GLASS MANUFACTURED FPO. W TO EXIST. CONCRETE. REPLACE EXISTING FUTURES i0 ORIGINAL SEE SHORESIDE DIUWINCS FOR ME FOC PEDESTALS. STABUZED POLYCARBONATE ME USE OF PVC SITE GUISES SHALL NOT BE PERMITTED. CONDITION/CONFlGURATON UNLESS SPECIFICALLY NOTED OTHERWISE. O N. WATER,FlREWATEH AND WASTEWATER UTUTY HOSE ON ME DOCK SHALL BE SDR BLACK B. DOCKSIDE gfCTRIC POWER PEDESTALS SHALL CONSIST OF 3/11" INJECTION MOLDED E. PAVEMENT REPAIR PAIACENT TO NEW CONCRETE SIDEWALK OR CURB CW(FOR EXAMPLE HOPE.SIZED AS SHOWN AND SECURELY SUPPORTED BENEATH ME WALERS Y.1M IS/S4'X 2" POLYCARBONATE HOUSING WITH W RESISTANT 2 PART POUIUREMANE COATING,311 STAINLESS ADJACENT TO NEW EDGE OF SIDEWALK AT DOCKS A AND B)SHAG BE NU_OEM y E AT S OC. HOSE AND FITTINGS SHNL BE FACTORY ASSEMBLED STEEL HARDWARE,LID LIGHTING ASSENBLY,POWER RECEPTACLES MOUNTED 30"A80VE ME TWE D HOT NIX REPAIR,MIN 1 WIDE X e"DEEP,WIN TACK COAT. INCLUDE 1/4' V- WITH 5 STFFAM,EL STRAPS DECK SURFACE, 3/4" IPS STNRESS STEEL BALL VALVE HOSE BIB, INDMOUAL WIRELESS HMAL LIP AT EDGE OF CONCRETE. O. RE%IBLE HOSES FROM ME BUIFTO UEAD DOCK(GANGWAY)SHA-1- BE OF SUFFICIENT LENGTH REMOTE METERING,AND DUAL HOSE BRACKETS SUCH AS HARBOR LIGHT MOOD.HL 30100 F. MATCH ALIGNMENT OF NEW CONCRETE JOINTS WITH EXISTING JOINTS IN ADJACENT 0 TO ALLOW FOR TIDAL VARIATIONS FROM-3.0'i0+8.0'NAVO'88. PRUDE 1-1/2"14 GA UFALTURED BY MMINA ELECTRICAL EQUIPMENT,INC.(1-855-258-MM)OR APPROVED FEATURES WHEN REASONABLY PRACTCA8L8. ]18 STNNLf55 STEEL HANGERS SECURELY ANCHORED i0 GANGWAY WITH]IB SS HMOWNE. EQUAL SEE LOCATIONS SHOWN M THE DRAWINGS. REFER i0 ELECTRICAL CRAMMS FOR G NEW SIDEWALK DEVATONS AND SLOPES SHALL COMPLY WITH ALL TOR AND PDA COORDINATE MOUNTING AND INSTALLATION WIN GANGWAY CONFIGURATION TO ALLOW FOR TML DETAILS, REQUIREMENTS. IN GSE OF CONFUCT IN GRADES,NOTIFY OAR PRIOR i0 PLACING NEW VARIATIONS AT THIS WCAION WITHOUT PLOWING HOSE TO SAG INTO WATER AT HIGH M WW CONCRETE. TIDAL CONDmONS. 10.DOCK Mn SUP IOENTIF.,DN(DJ SIGNS NEW WATER AND WASTEWATER UTLITES SHALL BE SAND ENCASED AND BACKFILLED IN P. WATER,FIREWATER,AND WASTEWATER HOSE AND FITTINGS ON THE GANGWAY BETWEEN ME A PRUDE NEW DOCK B)SIGNS ON EACH DOCK ENTRY GTE AND NEW SUP ID SIC ON ME H ACCORDANCE WITH ME CITY WATER STANDARD DETAILS (SHEET I OF 4) AND DOCKS AND SHORESIDE SHALL COMPLY WITH ALL CODE REQUIREMENTS FOR ME APPLICABLE DOCKSIDE AND ON ME WATERSIDE OF EACH SUP. ME DOCK ID SIGNS SHALL BE NOUNIEO BACKFlLOD WITH CEMENT STABILIZED SAND FOR TRENCHES THAT PRE IN ME PAVEMENT MDSE AS FOLLOWS: ON EACH DOCK ENTRY GATE. ME DOCKSIDE SLIP ID SIGN FOR EACH SLIP SHALL BE (INCLUDING PARKING MEAS)OR WITHIN 2'OF ME BACK OF CURB. MIN.]G COvIIR 2'POTABLE WATER MOUNTED ON ME RESPECTIVE DOCK BOX. ME WATERSIOE SUP ID SIGNS SHALL BE OGLED ON 4"WASTEWATER FM. ,. OVFiR/COT ON ME END OF EACH FINGER PIER. HATCH ME 9JP NUMBERS LISTED ON SHEERS 19-21. SURFACE PAVEMENT REPAIRS SHALL BE AS SHOWN ON ME CITY WASTEWATER STANDARD N I. ilnENi B. ME NEW DOCK ID AND SLIP ID SIGNS SHALL EACH MATCH ME SIZE,COLOR,PATTERN.FONT. IS(SHE 4THICN,EH. _ U W i. xOnO�CK COUPLE CO ICS AMO WIRE HFUx HOSE AND STYLE OF NOSE THAT PRE CURR-IN PLACE ON ME AD.IPDENT PEOPLE'S Si. OEfa (SHEET 4 OF XCEEDIMG ME M NU Pa vn0M5 AS NO TEO ON 2. FACTORY ASSEMBLED HOSE AN ]IB SS A.M. T-HEAD DOCKS E-H,INCWDINC PALM RIES(SEE PHOTOS ON SHEET]J)AS NPNUFACTURED MIOKNTHE-ESSES BUT IN NO CASE SHALL TYPE 0 HOT MX BE LESS MAN]"m(MIN.I"ON Oj U BY CAN COMPONENTS CO., LLC OF STUART, FLORIDA(VINVOLMOORNUNBE%.COM,JOHN COOPER'S All EY STEM), AND IN NO GSE SHALL CONPALIED TYPE A M. 1-2 N 4 R WELLING (772) 285-BIBB), OR APPROvEO EQUAL ME NEW SIGNS SHALL BE KIND CRUSHED UMOMNE BASE BE LESS MAN 12. Q (x4354-0400-I OO) BRAx0E0 SBR 4-PLv 200 PSI WUTFR OISCIHARGE HOSE COLOR-CORE"' HIGH DENSITY POLYEMYLENE PUSTIO-PIGMENTED SHEEP MPIERIPL SUITABLE J. HISTORICAL RECORDS INDICATE CONCRETE PAVEMENT IN PORTIONS OF ME ORIGINAL = v 3. GOODYEAR FACTORY ASSEMBLED HOSE AND 311 IS FITTINGS FOR FULL TIME OUTDOOR EXPOSURE. NTH NO PNN15. PVC. OR OTHER UNSUITPHLf COOPER'S ALLEY STEN.BUT ME EXTENT OF THE CONCRETE IS NOT CLEAR OR EMDENT 3'WAShlYP1FR FIA MPIERIPIS. IN TME MCINITY OF MME PROPOSED UTLI Y CONNECTIONS. CONTRACTOR SOFOUW w W i. GOODYEAR/CONTINENTAL PLICORD FO%WING'"PETROLEUM HOSE W/318 IS DIXON C. SIGNS SHALL BE WHILE BACKGROUND,BONE LEAP/SYMBOLS AND SIDED AS FOLLOWS: KING CRIMP SM.E 150/ASA WEWED fiPNCE EACH ENO(FFST]5C5). CRIMP OOCN 10 SIGN(ON CAIS) ]'%]', MIN. /2'THICK PnVEMEM In ME MCInItt TOTE TH SIEERN. MC OunTEREO,REMOVE O LT ME d Z STYLE FUJNCE FITTING MUST ONLY BE ASSEMBLED USING CRIMP STYLE DOCKSIDE SUP 10 SIGN(ON DOCKBOX) 5"%8'.MIN.1/4'THICK(9NGE SLIP) CONCRETE NECESSWY FOR ME UTILITY FRENCH,IFMAX C 3'WIDE AND INCWOEMCEMENT Q SLEEVE/FERRULE OF ME SAME MANUFACTURER. WpTERSIOE SLIP 10 SIGN iW FINGER PIER) J"%1'-4 INNI I/2'NICK(DOUBLE) STABILIZED BAGNAU_PER CITY STANDARDS. Z ,,. ANSI 501 FUJNCE GASKET REQUIRED FOR MATING TO RIBBED PIPING 0. NE MARINA SIGNS SHALL NCWOE COUNTER-SUNK SCREW HOLES,EASED OUTSIDE EDGES, RESTORE ALL PAVEMENT MARKINGS DISTURBED BY CONSTRUCTION PER CITY Q SPECIFICATIONS,MATCHING EXISTING PAVEMENT MARKINGS. K TERMINATING IN 316 IS ANSI 1501 FUJNGES(DI%ON VALVE OPL418-I I6) AND MARINE GRADE SUN ESS STEEL MOUNTING HARDMME. pg0VI0E A TRE II-B-B BONE REFLECTIVE PAVE2AENi MARKER IN NE CENTER OF NE Q III. PEXIBLE HOSE SECTION SHALL BE USED AT EACH ENO i0 ACCO.MODATE PHOT E. PRUDE SUBMIT OF SPECIFIC PLACEMENT AND HMDWARE PRIOR i0 INSTALATON. L PROVIDE ROADWAY AT EACH NEW ARE HYDRANT. UU 4. AND COAXIAL MOVEMENTS OF DOCK STRUCTURE(SWIVEL FITTING) Z S. HOSE CONNECTIONS SHALL BE PRE-MANUFACTURED 31 IS TRANSITION FlTIINGS. MONDE REMOVABE SACRIFICIAL CORRUGATED PLASTIC PIPING JACKET WER REXIBLE U CD HOSE. COORDINATE EXACT SIZE PER FLEXIBLE HOSE SIZE. g SUBMIT SHOP DRAWINGS FOR MPR­PRIOR TO ORDER. & LL 0. A DOCK BOX SHALL BE PROMOED FOR EACH SUP. DOCK BOXES SHALL BE HIGH STRENGTH ROYIABM(;ROIR��(� FEERGUI WIN 3/11"WALL THICKNESS,REINFORCED UOS,CONCEALED STAINLESS STEEL LOCKABLE HASPS,EXTRUDED ALUMINUM HI GES,AND STAINLESS STEEL SUPPORT CHAINS AS ANFACTURED BY AMERICAN DOCK BOXES(888)928-4999,OR APPROVED EQUAL BOXES SHALL BE OTHER C-1 TRANCUUfl OR C-4 AS INOIGTED ON SHEETS 19-21. EACH BOX wuoTa rv3 weo aeaovaaxsu, Ex THI PARTY RESPONS BLE nwUUT,.cru v[zlwlueE cl THI M[oT11 L SHALL INCLUDE SLIP F SIGN PER SECTION R NOTES BROW. FOR UTLTY ADJUSTMENTS ao uzrMzx LOTToaL rr of rxEMxruvE. E SHEET $...OT ]Q.. R. DOCK DESIGN SHALL FOLLOW ME UTESi VERSION OF AGA AND TAS. III IFTI III NT CEMEUT flFCORO WRAXWJC M. -_TRA'­ xrzoro E ALTER CONTRACTOR 'TET z m-MUNCATON5 AT&T,TMEIARNER,GRAN 21111,1,IF, 3 BAF 2.5_9 o aoa ey use".mg.....g EUCTRIC-AEP soa/ty onaaF LL W � CITY PEC!/_21028 =A,NIS,91 EnvelUp.ID.A8008A7E-BCD4-487D-9696-250794392C4B v1 rn PHANDO NUTrs. T. aIORDINA E W o " s o EZNCE"'Wood'css;iz ez�s9 0E oN.HE STH C_AN WOR A N z 5 _ ti- Et ANT, CE PROVIDE WPRAT LEAST 14 DAvs NOTICE To uPraTE ExlsnNc oocus 3. ONTRACTORS arooWN EQUIPMENT AREA WITH TEMPORARYa �FgW F ENC NO d o4, SEE ALSO TPAFFIC CINTROL SHEETS 5A-61 PEREORM DECD OE ST NO 10 HS A AND 0 oREocE AMITHEN coN Ruc. NEW pocks A H ND L (INCLUDING c7 ED sROREsoE STE WORE EOR O1111 A.R.ANo L1- z SHORELINE BLVD N'$ _ — oocus c AND o WILL REMAN occuP Eo AND sERv cE uNriL THE 9 k e NEW DOCus A B AND L ARE COMPLETE PND READ,TOR OCCUP4NC, o W �u MNCLUONG uT LTES). CuHE s c ANo PR NA SUPER MENDENTA A MWCCUPANrs No CE o RELOCATED TO THE THAT AND L DOC 0 0 _ CAN RE NEW oocus A B PNo L (J mo PHASE 2 PETER O'CUPANTS N EROM Ex SENT ND CATED c ANoDE MA 0 �W ewe 5 RF ADDITIVE AN—ITT C D DA(ILuo�GNSHOR�AN OE STEW"KHE AWARDED OFC CRPSE BODE D) NN DOCKSDOCKSAND D.DREDGE BASIN 2,AND THEN CONSTRUCT NEW . REDGING 845I o o © o DREDWN�DEE RDCEIDEN�. NW DE R�N p / BASIN 1 BASIN 2 S o B,Q s — — �° �Arv. NH3 was AREA EA"FlH=WHH Uo MPA , rzHAN LINK a rzuH,.�rvrzrvN E U Al � w _ Z ,< A ur }r Z L1 � 9pf)2 HQ q V L2 ) 0ea6oz c z a »� m Q Z® <o E a a a HN/ o ,WO zoo WURNR G.SoITTON 2 - - z TO z o s cRAPHI z o GALE _o 1 W= a (ELF Vo V z aV ,w�rz rv.P w�aeeanem.OH H��ruHaos6 Ory<. a o LwnHINER Lv oz kN,wgHINEa a�,<�d� o as KV 'S 6 rtoN H nER n v e 0 o es d I N.LTLTssw.ss E.L3tsao0.oT EL 3.34 Cl 111ALICsHINE1 Cr 1 9 N - �n<rvo:�n rv�<:a.oo1�m or ieeTtMoi,J 1ro<n z9 N_tTtTaaoaaP E_t3tsTZP.zt ELI as aM-u MAID oN roDIDETE S,I<w1e.a oa ea�ow^a<<o. «e:�«a o m>rvo:a om<:ea. o SYfEEr 6 Nis Mouu CENT H v<1'a m o,,rm M<`Wee).o<da rzn 90DD3ELL35]8.82 EL531 ols[ENLtOSEOIN PVC y<o�� RCCOFO'-N" 900016 N.1 E17919d5T F,13l3665.OJ FLA,]1 uISCFN¢ASFOIN PVC lsom<���..v sxo„o.ua s..<r ov o�.roi<<o .a<P...<a BAF 259 b.,o=,. S,A_ F_zroze HE NIS,91 EnvelIF.ID.AS 008AAE-BCDI96-250794392C4B N N DEMOL ON NO EGENERAL NOTES ON SLEETS 4-5 AND PLASING NOTES ON az N SLEET 6. 'sd Wht v OR FEATURE FROM SERVICE, SEE GENERAL NOTE-ON SIEEI a. ! �.r/ o 1, 'HE DElOLlION 1"ISEN IN ILAN AIDS ON'IS SEUEEI 1 1011—ON d oeEEL A oclNcoR ELECFRCAL DEMOLFON SEOlE PIPEE DEIOLI SLEETS e ,e SEE S"FOR o c7 SHORELINE BLVD. FOR SLALL REMOVE ALL Ell NG ABOVE SURFACE AND BUNEWD Q IF E, FLE SFE REou RED ALLOW a"R v — 'ON SRucF ON As SrowN. 'HE APPRox MATE°LOCAF ON °D ExrEN'OF W Nz= "ESE SrRucrUREs RAVE BEEN SLOWN Bur EACL FEM REou RN G DEMO o W qua 5 Nor NECESSARLv DEFALED CALLED OFF OR ALL INCLUSIVE, DOC' (oExNioo e�mHERst ❑ BE V L L 'W PLNOS�0OL OREMOVEL NO o MUCL AS POSE BLE SXU BE RENO ED COMP EFE AND NFACF AS ANv PLE ALCH DOES Nor RE MAN NFACF 5 ALL BE REMOVED FO MNMUM ELEVAF ON >> (NAVD'BB)OR DEEPER_ oaa IS] - N CULv zoz v o N 11— c Arvo o N p— B HAULED OFF AND DISPOSED OF OFFSFE LEGALLv AND PPOPERLv q USE CAPE NaF Fa DAMAGE AN'TENS FO BE SUVAGED_ k ti 7. �9 [� ❑A ❑a ❑ ❑� B_ PR°,Lop EAEFNG GO --- �EAsrRES FHAF°R BGR ------ ----- SHAD °N,RIIPAN A BASIN 1 ( —'1 ( BASIN 2 I PELGIAPE-CONFRDCF ON WNDF ON9 OR BETTER SO ' ❑ oSAINAPFHAo°NRA�ONo;HrADESEDHF, A oRED By DSPI IN L PPPpq R Q s LEAS' woauDArs FOP I FACLF FS.OR U ti o H wu DIS SANG FLAT WILL REou RE SPECIFIED P o SrRUCF ON ER ODs o NDH OR .„, NO ACFVFv s PRov DED s F r_ FACTORED uLOFFEo SECT ON Es 00. I I I I LAs BEEN NFo FLE coNsrrtucF ON FME o m Fo PAGE E MANFAN SERVICE MARNA FACLFEs oPERAFONs AR SERVICES ExcEPF AS sPECF ALL'AurLOR ZED N SO By FLE O ES `o I o `Fo RFMUN '� >>. SEBMF A DEMOLFON ELIECLIFON PUN ANo SCSEOULE'o U o APP ovAL LEAsr '14 DAvs FLE O E. F EMaWF ooPERAFRorvs. nF PR OR Fo ROAD Nc ❑ ZtlF1, 1,12 4 �^ ❑❑, 1 PC CE O '� 4e; .3 .A F 9©602 c Z:1,1o27 �s m z a.i Q N 171 71414�s E z9 z,' —AlELl Q Z_as B1 a ., 2 U o Q a BREAKNIATER Z® � U CORPUS A BOO 20O aoa w cnRlsri o 9+rer...J...If 70 BAY CRAP 1 C200 coca arenwrNc OC BAF 259 EP, VAGOCFd 21026 =D,NIA,91 EnvelUp.ID.A8008A7E-BCD4-481D-9696-250794392C4B DREDCINO NOTES. I/rs r Wl Dl, orfs ory sHEEr A�l � xivnny,Af�w„NPaw R; sl f, / 'i ri/ /Tv qr N C T ���(�%/� � ( i IY�V�,. REEER To cEPC NAT o zno< I; r '�`,;/ �� "r r,ne6DYw�< z: SEE DREDGE B I SHEETS n ANN s IND PHASN ENs ON SHEETS e AN, f x (6 tiN � THE MARNA BAs NALLr PERMTrED T 9 EL DEPARTMENT PERM NEE�AEo°AN°THE APPENOV OE THE AON$TRBATON CONTR iai ii T i r °:Hoa oN"E E N LAN ERAP RorEBT'G EA ATGN ,I M LT'RE'WAR sEEDAyABE ADrHDR��o� j A DE rHE � A�/// � 'A��f, o DocuMErvrs. ,. MAR rvE ELEOAr ory rvEORMAr ory sHowry s BASED ory RArHUMErRc survEu la PEREORMED EDR rHE ATN GE AGRPDs'HRR Br NnsM TH MAB NE sERvices Nc. ANON T BA N / i GO //� AT aiiio,� ii i arra T „i„ HER I ADGBIT AOAo. IDDNDNGI ARE BASED AN HAVER Be. s. THE DREDGE BASELrvE AAD sr„rDrvrvG EOLLow rHE w 'AN EDGE of rHE .:,„,.• GDrvG6ErE BOLHHEAD GAP ALGrvG rHE GDGPE6s ALLEr L HEAD ArvD G,w6ErvGE s H T B=.ENS D. rHE GOAL EGB THIN PROJECT I TO DREDGE �. EM�N MTIEEN RANI o AN UEN To ELEP GRE P OLEIANERBB P D RiG�ER"o REAS ODES — %� z 'a ANroNR Nolo° DOE, THETOTALSURFACE R TIE ICIS AND LOGO IT IN TI A TOLERANCE z G DR AN R DG A„`ACLowd�cE°GLOME LONG FOR A �wADDRESS ATONs N IDREACE A iL' N 1 RAT RDREDGE ALLASONAE VOLUME A EST MATED RD AGLDME MEAIDREMENT EDR ALTO'S RE ,IED ON AE N STD ADLDME CALCDLATGNI ERGM PR BASN, BAIN zA N NO CA SHALL GAERDREDCE,D"'95ME cEED�59Ro°G.HE°sC° THE m x �sEDwoNN THE BOUNDARY GE EACH BNAERMNLEII ENErEAAEor AE,oN zEDE"`F BMOPE TIAN 751 OF AN'BASIN IS APE s `aI O PERS R THE RE`��,PRNNOT-THEVANFEE' NEAESL Ta oo DDRE P T E NEEDED rO REMAN NrHN THE LMR of AV IVIDEDLE EDND AND ARE APPROAMATE SEE CASH cooaDNATE TABLES AN SHEErs ANDERON�NsoNs Ho IN sHEE 9 A ,D ARE BHDED R GENERAg � 10 DREDGENGCEE SHALL SBE wNPERFOORMEEDS IN THHNDMECHBASNLPR DREDGEED EQUPMENT = 11.Ex U ii -: � ) � ,; I J• 1�nLa ,, �� °NAEProNVIT. BDLHHEAD OND°,HER EV S,NG EEATVREETDEAREIF DO CHMAN � rrli," ���JJff �„, T 1T ��� a AE / ��J� (ll Q �� / ,% °oiDE.KN' x w SNI PON,RAATOROE DocH M EEATDRES TARE PREGAor`E"GAF THA:°ARE TOAN ORED By THE CONTRACTOR TO --CONSTRICTION IF A ri, A /, HEAD ro REAsN. /;,. I ;../ DREDGE % i Fig EEATORES TO REMAN s DAMAGE DLH DOLHIM EEMA�DDSHALL SIT.UPEEATDRESA�oTo i `, ,; BAIIN� , � E CITY GAR AT LEAST ,A DA ADD.ALT,1 ��I� ANY ED /!f ONDT ONI DR BE BETTEF. CONDUCT A AMAGE TO 0 Ex IT. FEATURES TO ,,. HE CONTRACTOR SHALL SURVEY WITH VOLUME CALCUOPERAT CP=S SURVEY AND PROV DE COPY O E AHE ';;,,;�iROR TO BEG NN Nc THE DREDGE TO THE vs j I '?F/ r� J rHE DE COPTOR F THE cSN�OT PER ODS ME CALCULIN ATIONS TO STHEEOAR FOR%// AL SEE T a f�/ TEi ,;y, �.. /�jj / Do°uMENTA�oNs DO°Peocreess AND EY a v AVII �, �p li�_ / /i r GE TOR SHALL CONDUCT A `Er ANE FOOD HE EN �� li a i T IDRVEr NTH I ME �TPOILT NI DP� o DREDGING INVOICE, o OAR NTH Ai al';� y�i,5 GGNTTEACTOR AD IET THAT ACTHTr oNGO NG SANTA L HEAD ,��� ,%/ ” ' / ,�//i,;% ,„. i �'�. .r ;r�Tir. � l„ JI/Ill(7llr l f,L/ r It Lr�i Tii� i�ii�x siy�ii nii, J r �;, NCRNc COBREE of PROLEAT 'AN DWI`sHA�L pNMNE o ,, 4 : AR NA LAND WATER T . ,,,.E- / a GREG RACT T RAEEC THE"°MARrAVE ; ionAariLr.�/�„% � AT �,.. ./%I,. Ti NANt(/,f. i1�L F:„E 'T.�� � N ADVANCE EOR war°NR au"r°oR ZAT ON uPER NTEpEov wH' /'r%� o E Ts GG THs TMENHAI BEE 5 . �IRDPT DR MPACT THE MARNA TRAEEA A VENR THAT wLL REOs PRGNOED°N IEE:oNI REVIEW AND APPROVAL m r oNITROATON AATVTr OF ooORDNAroN o AATORED INTO THE ALLOTED CONST TME.01 LEAST A DREDGE EV cD TON PLAN To THE OAR �R ,A DAR PCORREG IN NO DREDGE oPERAT°oN. PRL' EDOPER Ds E DREDGE CONTRACTOR s ResPAEBLE EGR THE RTERIAL SHALL BE NITALL AND IMAGE AND OF E DREDGE MATERIAL, PLACEQ cG o -FE F JEEry L „A i zz EAU,,✓/%- „// �� �%Ie,i, ,'E ���/ , ,.' uPLLITTHEo cC DcaT oN THA BARc TH As o�wAHERs OE ,/�lL ouaL,rE NNP as NNNDrorvs E c ceRTECATON REOuesT To °ceoAcroRPs rfl,T DIPOIL G E oreAT'EB Vsrs TO BUN:Ro � w � LATED WATER FROM L COSTS RE •NATER THE STATES DISPOSAL INCLUDING AN'RE MTS D FEE A BASE AD SHALL BE INCLUDED IN THE UNIT T PLA ALTERNATE DREDGE GAIN IGINDARY STATUTE A.ADREFD.IE'EAVEEIALANIDRAA SP WITH THTV W EI.VAL AT LEAST A CATION YS PIGSANDA IE N NO DI PDs AL"GET MATAER�NcILL BE ACCEPT EDar R eLAr.CLEAN of DE1111AND E,ECT ONAL MATTE Lv THE IEEE I THE=FE LA LAANDGLF�T THE AEG ;R`�PH�°P IF FM coD�3,NEEDED, p,EST AT"e°se�aaez°E a o noolrvE nLTERNATEs: RIa A s ED 91 THE GOP R AT TRIPS INCLUDED D IN THE BAAREAS IF PROPOSED D, ING BEYOND THE A SUNDA" LEGALLY DI"CED THE CONTRACT I FIREARMS CLIFF BECOME THE EDGSE THE NO PAYMENT wLL PROPERTI OE THE Cv AND DE i BE MAE ALTERNATE BD EXPANDED AREAS zo.BASN IOINDAREI sHowry Ha NauDED N THE coN'TRACT°wAao INLEIS IDEA ECALLl BAS N, NCNB No THE 'AN ..HE..CALL IF NAHUlDDlVALE,MlEElFNAoME B. THE DREDGE MArERiALs ACT MOWN FOR ADDITIVEMATERIALcoreO crenwrnc Nc. o SYfEEi 8 cl 70 ALTERNATES ANcwDE rHE DREDGE ADD Toa zoa BOD BiD TEM s AWARDED THE ADDTHE CAPE EDT VE ALTERNATE COR S R a THE s:�EMBANHMENT MATER AL THATs WITHIN THE Aaia NNc BASE BID aaurvDAR FROM THE zTMBANHMENT EDGE THATs wruN HE V CHRIST i' BAF 259 REPIFAao, N° cRaaHlc Dso LE „AY WHEAPPTREEER P To AN ADDITIVE ALTERNATE BSD STEM. c�,r PreoLEc,e_�,oED =D,IS,91 EnvelOpeID.A8008A7E-BCD4-487D-9696-250794392C4B y �J32, �lµ%j v,:F,oE e — H s 4R / IIII/ ,Y6 /I oAAl V C, 0 43ort;+m 4 r D-dge B,Em /.JA,lBA A a 2 17178286,02 ,343244.49 'g, 3 37,45 134312-6 c,14,21A 3r s 17m92.a 342365x2 ,„Ff / q s 171 m .rs 63,65 r342899j� // 3 17178126 39 ,342/69.8/ a z 6 695.6/ 3426/9.20 j/,u, ii ///ii ,%%/% iii/�, / / ', — a 171763,5.69 ,342/23.49 �E p 0 ,/,/6296.64 ,342606.5/ ,,,, 1, �ii ,rii%lir/i�%/ ,l SwEs� b , F,. m poi// y�/- 6 ,342942x4 „ " A" 11 C00Perr ,z 17172395 13432340ALLE ,"i i' ED ,3 17 4 / Bcno /ii�i� r/i�a�fr�:, /fi/�l'"i/%���/////�s"f fr�er Il�J////,..�X�71/��,r✓„ a ow 14 17176,6/.55 ,34263634r/j i r > � i iiia%/iiiiiiaii/ %/ ,s 1717ezzs.e3 ,442652x5 ,, 2i Ili i fs/ / - ,s nv8244ss ,342x9,o/ ,,, +h r � r �- � /r/Fill i� 18 17186D':ul �/� yp serer 9 /�70 5r.69 134343-4 LAWRENCE uweeNce �liii/// P Pwl l o��q n,a.U,...., ' ii',9n/rrca/,,,,,.,, ;�„ ,,,/ �'✓, c°„ �'. ,„,n i�, �����'i/%/%/,,.., E?° ac, =D,IS,91 EnvelOpeID.A8008A7E-BCD4-487D-9696-250794392C4B 1 s oromnr.AMmp= «< p Dredge Ban z zA _�4v 24 ¢ ems BASE ago o � W osm oRE�E aAs�ao��oARr —.— noo,nE nr,ER�n.E oREo�E ansa aoINonRr — — uu mss � m Q 4� l JIRplD riitrr . g'a'ses o"rr %i� /(�( z o rvna i, ( / ( Oli PEO-Es ss , Eno v / i• %1����/// /�, / rrlf✓///�//iiiiii � ,Grrr i /��.„, � 1 G ��/%�//��/ ��,r // rr // / r / ,; / / ry v vw w a , r✓d//i/fir/r r/ rrnwRENCE r sr r���/ CALE /�iiL/////V� r Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B CO tllLNTS Sxf£! -12125 Pfl]YLlIri 1]1.i1.Cl.0a ";-yvrhyl a € f : _ Ell Ell l, _ I l, �,otiFe�� EL -!.E z -aaa -.aa - -saa �aSTA 0,00 paSTA 4*00 (7 w n _ o j El IT—lE - -.0 ,aa o o o@I..- a@w o x w po - STA 1-00 -.0 -loo -paSTA 6+00 -IL Io } £ El I EI—Ell F U N W o O U N Q roaSTA 2+00 �aSTA 6+00 N U —7. _ _ K W a 1. d cn a N z O it QEl IT l—I U — --- — CD 3 W a 0 as r e o m G o w m m w s s e = s - 70 i e � � � � � � b b r r r r r r r r r r r RIXYA4U Uft1WMC N0 -sao -bo -bo -aao -I[a o -aw .aa -bo -aao -I[a o i STA 3+00 orancE aamxs ro a.o xaw'ea STA 7*00 ;� BAF 259 iau.4atH ro EXSi.FIEv.ai 3'x:l'v sCxE n:i'-latl L orzan 4 urea.rz�g.....a SCxE v I-w � CIIY flpYC! I s.�aan==�axoo.o�nan�soo.�ePow Pe no..ao�Ru+sw=novmaenswce.a maemm er ora��rm.x xon-��.rzaom X D0cu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B CO tllLNTS Sxf£! Ell PR]YLlIri x]xi1.Cl.0a tie,8 € WE C—) -25z a w -1. 0 �aSTA 8,00 C7 m w a¢ :aa as —STA 9x00 -zao -loo a 0 U 0 o O m N z -aa0 -a0 - - a -lao o Q U roSTA 10,00 m ' " � w a Z O it K Q U 3 0 0 as SHEE! 12 0/ 70 0 0 0 0 RECORD ORIWMC N0. —sql —Ko —]Eo —aql —IEa a E STA "xs ro-a.o xaw'ea 3 BAF 259 iRul4atH ro EXSi.F]Ev.ai 3'x:l'v SCxE n:i'-latl L orzan 4 urea.rz�g.....a SCxE v I-w � CIIY PM'l1C! I s.�aan==�axoo.o�nan�soo.�ePow Pe no..ao�Ru+sw=novmaenswce.a maemm er ora��rm.x xon—r�.wom X Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B C6151LGM'S Sxf£! PR]Yf!M.1]1.i1.C1.00 'F Yti01 a w s.eu w EL 25 z w -sao -wo ---STA STA 13.00 w - - n STA 17+00 C7 m w 0 0 n MI—I E M-W uuu a x -TSTA W. pSTA 17+76 `o 11-11 o - U � z -saa -saa - -ua -lao o Q U TSTA 15+00 ' " � w a N it Q U Lz J..E� U ga 0 SWE! 13 0! 70 FF -b -b REC0,40 OR1Y01C lA...... STA 18+00 orancE s�mxs ro s o'xaw'en g BAF 259 TRu1411W ro EUSr.FLEv.♦T T x:l'v SCxE m.i'-IW L orzan 4 urea.rz�g.....g scs][v.I-m z CITY PROYC! I s.�a�oi...�a�wo.ov+v���soo.`eou.Pe no..9.�rirxsW.novrzoaensixse.q maemm er m��rw�x xon-��.nom X Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B C6151LGMT SxfEi PW]Yf!M.9]1]1.C1.00 ".a �. We C—) -25z STA 0+00(ADD ALT) -5.21 w - _ S U -ra ba -sa STA -sa -.cc 1+00(ADD ALT) i £ U o IM Iz Wl'EISM—T IA C Z O vi 41 41 -7. b[o -e[o -][o -1. a U N srA z*oo uoo un a N N Z d W N a o U N l< W 3 00 a -as - �o -rao -1m a flECOflO Ofl91M�C!A. STA 3'00(ADD ALT) ' mancesna"T ensm s.a x.,.r I I $ BAF 259 mexr.ncv. r x:r v sce,E x.r-.ea E sce,E. -w cin fl�scr i X Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B CAYSOLGM'S Sxf£! _ e,r xlA 1nzye � _ _ z STA 4.00(ADD.ALT) 711, PK m CL ck STA SWO(AMALS -1a -laa a U w o `o F- U 0 E111�l TE [�.xvnixc rant[(rmrEnnr_)m2 urmxRn: _ O O U Z O N _ _ Q w N !m lm STA 6-M(ADD wT) (n Z Q a O EL 11 Z U N J Q Q W SWE! 15 0! 70 -'s - BAF uanra�c eru RECORD 0 0 0 0 0 0 0 ° 259 -71 m M m r. xaIT S o,a„„ STA 7+00(ADD ALT) m.Rsna ro ebsc ocv..r r II:r. sr..,�x r-gym i scsi[v.i-m' z CITY PROIEC!/_11018 s.�aoi...�a�wo.o�+v��soo.n eou.Pe no..9.�rirxsW.novEoaensxse.q maemm Pr m��rw�x xon—�.asom X D,,,S,g,Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B C6151LGMT SMLEi PW]Yf!M.9]1]1.C1.00 es y .r�i` ———— — z w . STA 8+00(ADD ALT) w Elll�—11— mm. _ 5 CL -,ao bao -eao -zao -iaa a 6��O W W STA e«oo(ADD ALT) 0 U o C] L z O M 7. Q STA iowo(ADD Agin m E O Z U N EL J Q Q W -- 3 00 a SHEET 16 d 70 _'s _ uflnram xa flECOflO n n o o m r -,ao bao -sao -.ao -sao -sao -sae a oiencc eAmfls ro-1flA— g BAF 259 STA 1M78(ADD ALT) m flsna ro ebsr.ucv.u N .-1 2— s�P,a�..,�.,Poo.o�.b„�o,00 F,o•��a��0..9.�P��w.rowEoaa.9.�a.9 moaRb Pw�,a.��,>�o,�-,,.a,em X Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B C6151LGM'S Sxf£! El _ yyl 8 Meom, ( a� wlE�- E.E. -25 _ z -0 -0a0 -500 P STA 13.00(ADD ALT)m -wa a LU -w0 -m0 -.0 _ _Rao -Im o ;..: '�&d'p¢rn STA-'"(ADD ALT) U o F- U o ti I Z U Z N U U U -wo -eao -wo _ _ _Rao -laa o Q N�+ STA 16+0(ADD ALT) a o� U Q ILIZ W Q � a Rs SWE! 17 0! 70 m muaeralc eru. .0 m m STA-.0 m m m - _ REC0,40 -w0 ea0 w0 o g BAF 259 18+0(ADD ALT) 0ranrF s�mxs r0 s o'xaw m x. �, iReR411W ro EnSr.FLEv.♦i 3'x.l v L orzan 4 urea.rz�g.....g scsi[v i-aa z CITY PROYC! I s.�aoi...�a�wo.ov+v���soo.`eou.Pe no..9.�rirxsW.novrzoaensixse.q maemm er m��rw�x xon-��.��om X Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B CAYSOLGM'S Sxf£! El PR]Yf!M.1]1J1.C1.00 'F Yti01 a € i 1. ---E.nE''°-E cue lm�-25 STA 17+00(ADD ALT) w "s -z. -1. o o STA n*76(ADD ALT) 0 a U u 0 o I O U Z N O m �O w a O � !n a o� Z U Q ci Q 3 � � a SWE! 18 o! 70 RECORD UR1—....... z olencE eAmxs ro s o' jBAF 259 iRu14110x ro EUSr.FLEv.♦T I 3'x:l'v SCxE m.i'-I W L orza2rz 4 urea.rz�g.....g scsi[v.I-m z CITY PROYC! I s.�aoi...�a�wo.ov+v���soo.`eou.Pe no..9.�rirxsW.novrzoaensixse.q maemm er m��rw�x xon—��.��om X =PC CIA,91 EnvelopeID.AS 008A7E-BCD4-487D-9696-250794392C4B B40 B38 B36 B34 B32 B30 B28 B26 B24 B22 B20 B18 B16 B14 B12 B10 B8 B6 B4 B2 Z a 40' 40 40' 40 40 40 40' 40' 40 40 40' 40 40 40 40 40' 40 40 35 25 cc IT O E-R r AH ©D w OO OOHJ B47 B45 B43' B41 B39 B37 B3?1B 33 B31 B29 B27 B25 N B23 B21 B19 B17 B15 B13 �BllB9 60B7 BS B3 B1E V _ 35 35' 35' 35' 35 35 35' 35 35' 35' 35 30' 30' 35 35' 35' 35' 35' 35 35 35 35' 30 30 K U V1 `v I LAWRENCE B, uppp ST.T-HEAD FF 4 ( o c E A40 A38 A36 V34 A32 30 A28 26 A24 A22 A26 A18 A16 A14 Al2 A10 Al Al A4 A2 �� 40' 40 40' 4D' 40' 0' 40' 40' 40 35 35 40' 40 40' 40 410 40' 40' 35' 35' LEGEND o D� / © Mare NA ELECTRIC POWER SAT ON m D TVP. ° WFITE CLEAR 5TEADr ON LDreT u E , 0 U no n6 v a6 , n6 , nom 0 © Are wANDo L E m Q ,¢S M NA ELECT"'ENTER cENTEre Ae 'Al c cross EXr Ncu sHER LCE PING WE so PILON ROPE C/, 0 SPNTARr SEWER SUCTION PORT HYDRAN — U O O 70'SIDE TIE r A7K K A5 A3 N LECTO Ag Al O Erer srANDP PECAL asranoN a o (75 OVERALL) 76'STE TIE 70'SIDE TIE 70'SIDE TIE 80 SIDE TIE O D (75'OVERALL) (75'OVERALL) (75 OVERALL) (9D'OVERALL) © EDc(SEE SHOFESDE IDPPF ? o CIE FOLLOW Tref LATEST RSONS of OA AND O �DDEreX ODM PUMP I TAS 1 a PEDESTAL STSTEMs AND SECTION,o DOC'AND SLP O SONS AMERICAN Doc'Dox c—, a SINGLE DOUBLE AL DE A Tr AST LA OIL o 30 V�ES NA 2 DOC'D RENsONs SHOWN ARE 0 D AND NewDE WALES uNLE1 1H SHALL TO SHOW coMaLnNCE�w TH ADA AND ETAS(SEE Tns 0 AMERICAN Doc'Dox C 4 'ao i9 a' wecECALLr NDCATEO oTreErewsE. 1O07) `0 ADA ACCE55DLE SCN5(PEP TA5 705) O' 3. WIDTHS OF FINGER PERS ARE 5C TVPCAL EXCEPT WHERE 6 Y4 47 SPECIFICALLY INDICATED OTHERWISE, ® -L,2 Doc'SLP IDENTIFICATION a A. TIPIAL CLEAR SPACE SHOWN N TUE TABLE AN Tues SHEET is O Doc'PILE B2, —V2'WALL sD's0 :BAF, AT Z9...a�E °P EEMA�NE�NEEOL,�RSECE REDDREMENT2_ THE TD ACCOMMODATE THE D.TDM 'ADA20A2 ANDA NEEDED TD DD D DDA ME . DDc'P�LE(TD ,L2 WALL sD'_�>To OAR APPROVAL Do4xEAraRraTONANDAREsueOECT 259GBABRIC SCALE ADA SLAP,-np_z,62e =D,VIA,91 EnvelUp.ID.A8008A7E-BCD4-481D0696-250794392C4B LEGEND OA MARINA ELECTRIC POWER STATION —Cl NA 434-1,00 F3 WreRE CLEAR STEAD'ON LIGHT CENTER%2DE LR A,R .pa3 1 \ © MARmA ELECTRIC ////// W/C50LANYLON ROPEsre F AND TFE RIN 026 D24 022 120 D18 01fi D14 D12 D10 D8 D6 �.D4 D2 / l SANITARY SEWER SUCTON Poor FIRPANT s Fg D30 128 60 60' 60' 6D' 60' 60 60' 60 60' 55' 40 / 0 ELECTRICAL SURSTAT ON 50' 50' 60 0 ARE STANDPIPE .+o (TMP') © ERC(SEE SIORESDE MPR.) /l' OH SEWER v"CUUM PUMP Z 0 ¢ 8 Q .,� ooER Lu out ' ' "o ' a _m "o � E a � AD a F OJ AMER CAN DOCK RDx c-1 W 0 R N DOCK BGK B 4 oA � m oo� �P�oENTF�ATONER,sTp3) �w O DOCK PILE(120" 1/2WALL 50 KSI) DOCK PHI(16 1/T WALL 50 KSI) 035 033 Dr4�O' 4�0' D25 D23 D21 D19 D17 D15 D13 D11 09 07 D5 03 D1,4 "oA P 40" 40" 4040' 40' 40' 40 35' 35 40' 40' 40' 40' 40' 35 35 n 1/1 K 2 1 s DA DES CN SHALL FOLLOW THE LATEST VERSIONS DE ADA ANDPROPOSE U T T T 1 KDI WASTEWATERPOWER K � w PEDESAL m EMS AND SPO AN 0 Doc AND SLP o v AND NA1uoE-L AS LANCE'S TA'P NANCE To sreaw COMPLIANCE wire AD"AND TADPAESUNGS SHALL INCLUDE A TYPICAL LAYOUT OF I TAS 2 DOCKP03 RTENA SPECCK FraLLv No m.TEo oTHERw sE 1D ) TH' IT PcaL ExcEPT wreERE U�—o SPEC F CALL'NO'ATEo aTreERw SE. 4. TIP CVL CLEAR SPACE'TOWN N THE TABLE ON THIS 'FEET O c BASEDTHEMNMUFM CLEARANCE RE.UIEMENTI THE ACTUAL b TACCOMMODATE THE o OAR APPROVAL.CLEAR SPACE MAI EICEED THESE DMENIINI WHERE NEEDED TV sroM oocK FABR CaT ON AND ARE sua,ECT LAWRENCE SO ST.T-HEAD'.. a o T C40 C38 C36 C34 C32 C30 C28 C26 C24 C22 C20 C18 016 014 C12 r C10 C8 C6 C4 C2 4D' 40 40' 40 40' 40 40' 40' 40' 40 40' 40' 40 40' 40' 40' 4D' 40' 35 30 - Tt U ©A A m U a U TOP NH�"79204 62 IT E O 5.0' TIP d Q N C35 C33 C31 C29 C27 C25 C23C21 C19 C17 C15 C13 C11 C9 C7 CS C3 C1 1 i `"'�---._', Q 0 5050' 50' S0' SD' SD' 50 1�50 50 45' 45 S0' S0' S0' 50 50 45 45 y _ � 0 N D BD S7fEEr20 D�NN� 0( 0 D 0 o 5D 2, 42 R GRAPTIG 40GALE p a D 2 o BAF 259 A—%. =D,cu Sign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B sNCLE oaUeLE ' -y�h0 8 € =P ���LL�NEo�TEo�o.� DoE w E°=IN�E=st, ~� �EACEPT IIERE s� "ECL DE ENDER PERS ARE so ; SPECE�LL'ND�.TED DTHERMSE P�CLE R SP E 3HOMN N THE T SLE IN TH1"S,HEET I".M DICK E aR TON ND RE SDR E•TO EG SPACE MAY ExIEEA.HESE DMEN ACDMMDODA THE SONS IR-N NEEDEDTD o � 5 WIDE GANGWAY OAR aPPrtovnz. Z N e., i s. PETER TO SHEETS zz 15 EOR DETD Ls IN ExEs ENTRY DocK. � ams W +D' s DOCK DES cN SHALL Ea uow THE LaTEs'ERs oNs OE eon AND TAS. W 0 L6 612 61 P APPURTENANCE TD SHOW COMPLIANCE wTH ADD AND ASINGS SIALL INCLUDE A TYPICAL LAYOUT OFT K Z 0' 40' 40' 40' 616 ao�)R�E D�(sEE'AS Z 0' 18 W L4 FIXED ENTRY DOCK 40' 620Ex 30' L7 90' 622 ' L3 40 O50' 626 30' L8 I 50' 628 50' 30 40' 60' 32 L2 60' (39 v) 30' 60' 636 = 9 40' E 60' Li 638 w U 611 � 60' 640 50' 6 FCX 613 0' v L10 40. 615 APPP R Q s 45 U ti o s `c 45' 619 1,Oo 50621 LEGEND 50' 623 I- DA MARINA ELECTRIC POWER STATION 50' 625 U 0' 627 0 wuITE CLEAR STEAD'ON ucuT 50' 629 © MAR NA re w/o LIE A.1 50' 631 re c 50' 633 AA w/c50 NYLON ROPE 50' 635 SANITAF'SEWER SUCTION PORT HYDRANT 50' 637 0 ELECTRICAL—STATION 50' 639 0 DR'STANDPIPE 50' V F © EDC(SEE KIORESDE MPR) m Y e V 0 SEWER vAcuuM PUMP Q O 0 0 LADDER 0 w A OJ AMERIAN DOCK Rox C-L m o OK AMER IAN DOCK 901d d c-4 ¢ V OM ADA ACCESSIBLE SIGN(PER TAS 703) Q 0 LLz DOCK SRP IDENTIFICOXION a ® w O DOCK PRE FXE, 1/2'WALL 50 Ks) U * DOCK PILE(Te 1/2'GALL sO Ks) Z a ADA 5LIP 'o zO ao aO o SHEET 2� of 7Q... \ J <�OBAPHIC SCALE OAST ORnwNs n'o. o BAF 259 o��m Uma.Us,.�., ci>r vreaLccP 9_E�ose =ED,IS,91 Envel IF.IED A8008A7E-BCD4-481E-9696-250794392C4B DE6GNED EO TOVD4(PRET.1 FIED I Ell) RFD L _ REPORFS VRD DN ENGER NG"SC, RM CEODOE5 oDOCN, . MEE' VERSION OF ADA VRD 1. YACHT CLUB )' DA ANosMLs.cAUP cn.w4L1..TIE DE °LEvn.oNDFTIE � ® =i Z Z a w cBaaNlc ,GALE W - j LEGEND wood vLE Z &f ai orvo cLcc,reNM0 TScy s�cSEEn as CIlIll -RATE ELEPTRCAFEl,.No ELEe*ac *as F• STEEL PI(SEE stir 21) W TEND DFF PILE(SEE NATE 3) m L5 ® PPPw{a ED O�&d"o�p W w ® I U o I L4 0 30' E P U 40' L3 30' 8 � 40' DUCK L d u 11 1D L2 m re ° 3' 0 w L9 li) ` 40, 35' a iIa Li 3 EP � I 40' a ® 0 45 ® a i t� FlI A94':IVI it IIAI IV:.������ oa2 Drenwres M. AlIA(IIIAII I'll IV>.1 BAF 259 0 ,..j I Fol ill: 11)L.. cn vreaccT F.sense Docu5ign Envelope ILE A8008A7E-BCD4-487D-9696-250794392C4B IF �E151LGM'S cxm oN 1—111 Pq]Yf!M.1]1J1.CI.00 IESaNO�i/1 11 EBELIEM oErlt 10-1 E55URE TREATED E55LIRE TREATED 10 ?I 8 BE,EE NR ox�, wooR Al- n cDNCEN1RA11oN DE D.e cra , o x�NRER o -5 B,D ,R DE1 "RPE CINE „o 11ROE 4 55 ,". =9� roR,AF�BRDu<D EDDDLT°E - E ', a"°Ir4_I srre�N�Ere SPL��E � IP�LE c"olEFIIPi"SER IIFIE a T r r aNCLE v+i NoN s:�D BBs v2 2 Z S N'T,�D B SE PB .-soERE�EEE PER,«405 A- -USE 4-40a GN v."ALS a PP, Z 4 So"NER"or`iS IrRI �NRE RESER �w 4�LE B x„” BRaL s, ROLE ,�o�<4�LE r,L�'/p B w4B"ERs ,wB'rxi�'wER�T'o"P=1 sPL� i RDBRaL To 9TRN�N Tw�D.4 S4L��E B 111 IPIIINS x�e III AL mRl 5Ru/ Tw u�z Sx�o ST11NAE1 ITrP� o�<o�LE ion I"�"I E—FEE"T & �_ EEN P NOT�Ex LA,3) - 1 FRAMING PLAN FRANG PLAN - v �B,/,-,-o MIE,1p '-1 �1GANGWAYS SECTION 's NI � NUTFLIFE 4ERIoN of ALL AA PIN,« uul a SEAIEAEI-11.ENE �� oWw rvm ExcEED IA o"0 I Io(PLE Tre ma) 25 DB„ E LINE ExBEED„z0ryEa�lns io5j DE NOT I-R"Ea`,'NRE— ———— —"�I 111 11 4 LINE `o �I,s ELECLR��roNDND ITER y E - U I I � --- ----=4� (_'"'E a ELLE s NlEl B E� a s<re�N�Ere ELLE IT ETVRv)ro INIE GBiE ITIINIEI Bi _ _'off' _'d" (2,6 DEeKI"o _Ty.. -43 - ,2,1 o eII"o �s omallo U Y sTR10B 4 s4LicE BLocus `5*Ek STRINGER IPLINE BLocus ELEv.± w�D x4 sPucE eLac �j RINSER x�z aueawL Q Y i s s s 6 T s)'s�" x 10 a ELEv_r4 /eB•.m 5. !n 9'x I v'9"t _ i'9" 9'x i'9 z T,x xti � 1 114 w,se�Eres 2' j/14 L (1)4 vaEDcw� —__ IPILT resN(T Na -- -- c2J 1/a'm `d W W �p 3"xio x4' 5 I 04/SS a zxiNFL2 ROBRUL Ue' s eu0euL P)akiD srewcEres Nxur 0 z wwsxEre 0 (sI 4'xps. N Boo. Z va rn ELEDTR��DDNDD�T ElIP ,�e a rn 4 ELE�R��L coNDw wAS4ER5 aN4.� 5 '�e ,� I, LET LT E�wi P'iE°�ws � c5 4 roNDB�TEILLCIL SERE" a� BALE�" ISE2TEN FAIL 11 n 4 BDB E STTPLIP1, ,fin .� "B E sE .i „ FIIN) 3 Y D. °NE'N` 'E p10.PUE ErnB°ouE�NNT) ErnBEDrnEw uBEDMEM a v EmBED EMEEDUENT o'(MIN) O 0 Ti ol< o'1mN) EMBE oLE i DwE nB SECTION 16' CATWALK ENBEDOEN."'°`"'"' nSECTION 8' CATWALK /G\SECTION5' & 6' CATWALK sxrer z3 or 70 ;E./4'=I'-aRECO,40 Oft1WMC IYO. � BAF 259 oTon e,uma.L"4..u., w � CIIYflpYC!/_11018 s./a�oi...Tnwo.o/+v��Tsoo«mu.Pe no..4.TxvsisTOLTULs.e.4 moenm er=rs a�rw�c xon-a.zaom X •DocIS,91 EUvelopeID.A8008A7E-BCD4-487D-9696-250794392C4B CAYSOLGN!'S SMRs Pfl]Yf!M.1]1J1.C1.110 �n..xw.,.,•aar t C cLenr.XrrocuuEHr oEUIL "`6� .. ,' � --x.�nnm«v*rsn ..,�.e, •i W au,d W Z TYPN:4L G4NCWAY ATTACHNENi TO COW.BBLI(HEAD xm rc ror g `" fwnr EX,ICi ATTACHMENT i0 BE DETERMINED/ sgkaR W xor[�mrilL-t��9 w� rsw •' rv000uv L____ ___, � m xtx-sxx exoox rxsx • • o/4N0 w.5'r xo w/ r �/ • I wx ns • u xl fw .axx •• wia .��m s.s.couPLEre ms °`"us bs • U. N �xProxrs - � <n 2 wr ee usr ocn xr xnw. COUPLER INSERT OETNL (/� Rx ma-waxs c�rP�c ,,,PI,I nou an n.a, In a FLOAT ASSEMBLY DETAIL x esxp � ppan O w�•`+ xm sxcEEo,.we ax0,.eo aER/as ao3 sxas N0 �"�"`W''/r-�exL, Ceereuesre�P W °01us.,a�r unuw reaLLrre a �a'ao cnLnws 4- wE/'wwY`s.s. U (9 x .- ,nes •f�n sf.e¢' wa rvE FILLEI 'EL a�.n SF SECTox so_o ss.ae raa,uau aocs z.z s u,�� a ary J D E M.W.SECTION" uFINGER SECTION �j ru�ii NRS , e'exz w w � Lon, B ss M �rr�X® ' rt wood s-xEw mmr�sreiuo TIll z rxs reuns reoo w/nn.Lrw w. m O 1-111, G D TYPICAL SIDE NPILE GUIDE J 4'X 6,1RI FRAME DETAIL w 1 a - EI . ¢ O IEN� VAIESn fAOUNro— IIIIIIRII'1 9WfA5) 4 U _ O - R� 0 � w soo wi Nx Lw,rw a www ,w.a,�® W wuuwnv wucR -a E WNHNXY fl005 ttP. 1'%4'X 6"IIDGER BOMO ARP M OR R IrL I VARES IS REQUIRED T-PLATE ATTACHMENT DETASHEET 24 oT 70 IL • ° - (NNL TO WNflt) LPop fPPUL[ RECORR Oft1WMC lN..... TYPICAL L-HEAD. T-HEAD. FINGER& PLATFORM CONNECTION SECTION A &w."2 ; BAF 259 SINGLE PIECE FINGER END PILE GUIDE z bM1 fit!'Ii01l... DocU5ign Envelope ID'.A8008A7E-BCD4Q87D-9696-250794392C4B rz- 111°SE vn as f t cok s o PRcvEO Eouu 0 Q e D ; .„;! aJOy=N� zxiz ss.KlICE Pp� °IDR'„EIC PPE, ......�ER ��S~ER rza. 'an "EEL ao"= REo o 11E E;�N� �noow W IER TIP w � , W = .cE��ansn� � - z o �W osm on nEwIII„nRPc PIPE IFEET NG DOCK HDTF DA oDR DD oR PPRO�D EDU Fl �A MRMEET 7411.RE.H RRAT n —OE. U T U W o . o a _ a 0 CC)FLUATSTEP18R, IE 18 J 0 _; ,A ALUM NUM OSE CART W pGTAL WRELESS CONTROLS&JS OF HOSE __- F, / KELb DR APPRO AL M i E O f Y Q •i Q o I 0 m J z a u a � a CAF-ATSTEP Ta.00 os FLOATSTEP TJ,so T9 � -- Cp�pRonrsren s sTFP FEOAT uoOFRPea s PEReoA5 oREMOTE PUMPOUT srsrEM RECD Moo oR eaPRoveo EDUAL o BAF 259 cnr fre Ci%21026 s.Jc,a�..,T.�n.oT.:.�nsno«,o.,�,nn.•,mP�+nTn�a�n.a.,moaRa e.=ws a.c�,>snss-,...m, X Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B CWSOLUYlS SMLEi Pfl1Yt!H0.9]1]I.CI.00 Z z e z s Zbt =I EEEP� HDPE"EES a w PILE CAP DETAIL EXTREME MEAN HIGH WATER TYPICALGANGWAY NOTCH BACK — DOCKS A & C/ELE 11111 DuIs —E -1 i I x ,o� s _~°LMEQ a,E"�° . "°"°l D<,1�°.(PED„� L i I uuu a¢ s''R Mw" SDI"—E ,ED u" va,1 ss_Sp Ell-DDE°"E�� � qp�'o o 1DR„'DPEvDPE"Ea v—IM IM o P sDR„POPE uaE IIM y £ v 0 —E MYI— I—E E.EEED,.,a ID,.Eo PER.as 403 s Moe ewc..l. d M aEworE PIMP cE".iR u m O vzPLSTE sw a°Pw DaPE as mLES EEDm d w/ PPIE vuwM ' a r ¢ p Z s.s.MMS` naaP 0_ Y ,. U O c�wurva�w/ss wwoworec WUM 11 PLAN VIEW TYPICAL GANGWAY NOTCH BACK — DOCKS A & C a —E 1.s -- - SHEET 26 o! 70 sups Mus M_*as a°a PEncv eSWE. n[xnxo°R" N0. a BAF 259 omn er uee.,�s��...� � CITY PAtlSC!/_11018 s/vai.../a�wow�av��/aoo am�n Pe no�.9.�rirxs/o�u�s.e.9 moeme er=rs o�rw�c zon—�.aeom X =PC NIS,91 EnvOlopOID.AS 008A7E-BCDI96-250794392C4B ❑ ' mNSULTAM 5 SwCEI o ^F e r Z BG w out _ z s FAA o.P END' �z . " AD ND= LFF� I _ A H QO \„o, I e AD A AS Pw W �. '— E, ” CA—S,"— SS, - � m I � � v k c �.-- DRE END uuu� W o w p o 0 LAWRENCE ST." A AT °TAS' T—HEAD C w,Ii DLIREMENTS GN SHEET B. N SHAA,S 4 D AND PHASNC B. E°(GR EN,w „„pro AGNESSGAF RP Q COVER, PARALLEL LINES W HALL INCLUDE SUCH ITEMS AS REOU'ED FI ENIIIE Y DN V SHORES of MPROVEMEMs AT DOCIt ENTRY AREAS PRE NOT SHALL RSE SAN'EPARATION IBE SDTHE SHOWN BETWEEN THE NPARPLLELMPPER SHEETS SHEETS MN.4' PROV DE APPLGaLE PODNS EN VARGEMENTS PROPOSED SHORESDE MPRCVEMANTS F AAP '2 1/2 DEGREE RENDS HERE NEEDED WGPNLKFMTVRERS TPLLAT ON REDO REMEMS VPDN COMPLET ON OF Q CC OO OF VERT CAL HOR ZONTAL AW USTMEMS. DEGREE _ EACH POCK ENTRY_ ROENDS ARE NITOALLOWED. SEE CT'WASTEWATER OALAN DARD _ Q 0 DETAILS(SHEET , OF 4)FCR FORCE MAIN TIE i0 EXISTING TC ALL MATERIALS AND EDUIPMENT SHALL BE INSTALLED IN ACCORDANCE W SEE GENERAL NOTE S.D ON SHEET 4. ALL EXISTING FEATURES WITH MPNUFAC,VRER'S FUEL DIED RE CD MMENDATIONE CONTRACT ” W } INFORMATION FIELD VERIFIED MANHOLE. DOCUMENTS. INDUSLRv STANDARDS, AND ALL CODES AND LOIA d _[n AND UTILITY BY CONTRACTOR PRIOR REMOVING AN' EXISTING UTILITY OR — ORDINANCES FDR SERNCE AS IMENDED. INSAxPE ONCED PND O ALL W r FROM SERVICE TPASAAN IUT'AENOR AS Q r Z PAVEMENT REPAIR 4. MA, A—'TED REPAIR SDEWALL AND CURB AT LAWRENCE uCENSED CRAFTSMEN IN A NEAT WDRUMANULE MANNER RE AS W W CDAV 55 SINGLE 4 FM ST CROSSING ADLISTME NTSTO OAR FOR CONFIRMATION PRIOR TOAFTW O E INLECRm OF THE BULKHEAD AND THE CONDUIT U Z PARALLEL 4 FM INSTALLATION, g ON UTILITY Svs",EMS_ Q Z d s REOUI REMENTS,BACKFILL AND PAVEMENT REPAIR. n O EH5 IF 9. SECUWAYD HOSE FITTINGS. LE WITH THE APPLICABLE DOBLSIDE AND 2 IS EL Y FAry Z THE N D DELIFFIED IL MARNA ACAS'HALL IEMAM Cs ,s AN'.rams AROUND THE cDNDUIT WITH GEMENT sABvzED ® TE Roos nT-I5 T'ac ALONG THE BULLHEoAD c uo FN W THE E CANI CAUTION WHEN ExPiATO SA DI vc NTP of sLAND MA STEMS. 11 APPIODWASLI 2-4 PLACE NEAR NTR Es To P,OTNG RaNr To MNMZE DSTURBANCE. ANDTHEOTHERSCFYNATESHEDL To DE RECON ECTAD By RuxFu W27 If 1 25 5C 100 CAREFULLY BACIFILL AND CO PACT AS NEEDED AROUND AN ALLOW FOR REcoNNECTIDN BY OTHERS DURIN11TH CTI GoRL RE THIS 'aNn �coEim DRnwrNc nro7� E"OSED Roos TD MA PLAN THE STRUCTURALINTEGRITY OF PROJECT, ,s PHOTON 'TAN HARD 'PELF CAT DNA `ETA Ls ROPE SUPPORTNc THE THE G GRAPHIC SCALE THE SYSTEM. LITLTEs NAL oDMPLYW HTH THE PC AMPIENTENDM ADOPTED zD,E o BAF 259 r-STD' ELECTRIcu SHEETS FOR ELECTRICAL DEMO AND N EBNA oNAL cones LOCAL AMENDMENT N AT IN ,D. SEE PIPIE UIN AlIONSIOND(NEPAL AND NA,ONAL e�ECTAI'AT0 De.ITRE oT�m uma.U,,.��., clN vreaLccr p 21026 =D,IS,91 Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B ❑ ❑ Z Z ee ec W a z =I 4 w � ms z :e- o�m ;4R e„d � I > — v i soo a Q s U~° w � a M” 1. .ERS El ` e C 8 � J � 55 i B Iw U < Q �o f a G < WRENCE ST.' T—HEAD z w o> w� Z a a s o� � — PEAEMENE REvua Es 50 SYEEr 28 If 70... GRAPHIC SCALE cpa4 penwres'E'0' IS s�NCLE n EM r-sp ss IIALLEL aEM o BAF 259 All vreaiccr p21026 =ED,IS,91 Envelope IED A8008A7E-BCD4-487D-9696-250794392C4B I Z IM] z e� � erg w a � o w z � ILI PPO z — o 0 wPE l l a= ,6 �c l � r � l _ m � — PROP P 8 Pu �. REPUR — SON E. m V"GOv PPP�gy Q --- PROPOSED UNDERGROUND o EEECINCA (SEE EEECIRCA7 SNEES) E � C � Q � w U <Y m �O Q � a Z LU z On j Q O —d Q � � O SHEET 29 0l 70 0 21 s� 100 S',—7. ti'o. GRAPHlc SCA2e o BAF 259 r=so' e ciri vreaiccr p_z1oze =D,NIS,91 EnvelopeID.A8008A7E-BCD4-487D-9696-250794392C4B F Of / / E k T x,YL Fg r/000/a �� ,r{ / J r l E DLTrwri ( r Z YL 17 o„<,�RONEry"arv" few ���2fr ��� �ikrvgn'p i �A fr U k4 MI�I�J2� � TO To REMIN N o. `'�� L" JN�1 iiflMSNh fL1 r u'2 f� ���/ W 'i AN,HETKHa"�Eo I HKP Eoo PEGPIT<E �: IIS✓P711 I r i, �.JIp rn"� puil� i��L Z � ' u �z 'III PE=u,oN PRPP'El PEUEE1111111 w �.T o %/// THR R REMRN IIIS NEG WATER IERACE l%i inuf/lllf6 . aN KKLHHEAD ,G RT�N1-11T ,/l,� " E° P,aNE I GNGEwATK n INL4 DOCK A — ENTRY PHOTO — v' TxM IT FNH SO—o �� a THE I AND FEB.THE Ex °Y FRAME AT GGPK ENTRY EGR RTY THE MAN°PY FRAME S NGT SHGwN N GETA L. SEE PHOTO, FZ n11 � t'i%�i z U REMOVE. REEurta s sEcuRry PENCEANN NOTE N..DIN' 'FREE SEND E'I NO `T'N FINE ^I FENCE°N NOR ARE AND REPLACE WITH NEW IINIHEI NETST EATEN,ON To zo r MATCH NCE GN SHEET s IEE GENERAL NOTES SECTION s[cuR Tv cATEs ANG EE OT III T IEIRIN pll MIN lull 3. PR°v GE NEw GoC oN sNEEr s ANN ON GATE PER sNEEr 31 ANG GENERA J w -- — — — — —� s[cT ory,G A Ipll Il� o / s wn ER scRNCE NOTES GENTECAT°N ao To REMUN.acJus vrLAE ELEvnTDNs CRowry REPucsEl S O > x Ts 91 dll Nev TNs�eG crrmE. 4. Ec°cNrEW MAv vARYwsL 11 As ,H°wN ANG �If wn�Ea sEweE ENE TH CEENED EDCEs N"No TH N II� EA NG euERsr rvAOc PnJVEM["TAT d EG u NEw, /z ELEVATONI P E o TME ENTR v wE a AT THE NEw s11 EEE" ECCE PAVEMENT E RvcE \/\ NEEGEG T°MATCH TEE �To�E RANGE GGE E } RLocE GRANACE. SDEwAEEwROID HIGH ON LL m —� i GLR AND GA ree`°u"eEMENTs reEPAre A °A°MP r r s corvcRETE SDE WALK s a w ieoNT TPriovoE ea sM oG"n"s abiL T wGE I"'TAN LD ULEORM T llll� R LOPE OR 4N LONGITUDINAL a 2°TO FIT llP lllll� jn� i0 MATCH ExS NG PAVEMENT GE (ME �) PNOROM wQ 2°3 N ANY AT THE, THE VaND NG H � i�� /C ROSS I Q OT y _ SLOPE TO MATCH THE FISHING SDEWALK. <V PwEUENT REPaR z O �,5 ° NT' WTH 'CUTS 11 GA'ENT ExisTiNc IDE_'HENLE. PRAVD Q � 1 DOCK A — ENTRY aTERAL CNTR°L u°'NTS„T M„G.TO °.G w awTE s aLGOE OUEa TO MATGH E ANG_ a < ® O TRASH Dery AT ITTINIDITENT LOGATIorv.AND REIrvITALL THE EEATIrvD OorvORET FT L,Y P. ADJUST FISHING WATER AALAE DOI TO MATCH NEW FINISHED GRADES, E, G s ,G AD ,G.PR°mGE NEI EDC PEDESTAL AND KEY PEDESTAL er GATE ENTRY. ,,.SEE ELECTRICAL SHEET,FOR ELECTRICAL GEMG AND iORAR EMENTA. PR°TECT SYfEEi...30 0l�9_ cRApNic IcA�e 2 ADA COMPLIANT APPROACH DETAIL CITY, Exsr,SEGUPITYCI�RFDA TO REMAIN I— LO—L°`E”A"U ,ALU E `° ow0 NG° 0°0 N.T.S. o BA 2se OF cu'i9D EDVGIIF.ID.COW 008A7E-BCD4-28]D-9696-250794392C4B 11ADDC.aa i u i Opp Ir °s'�sFg on Will �« / J tl YMllJ 41 ) l m,A/, Xz ,,. ExsNG re.EN NTHE PROPOSED AaTDN(sFF DFTPo �� ��� �IIL ' NOMUN �g NNI 18r Y� PROP FOO PEDEnO L z NE-.„, „ i �/A 0 resHR„,E �Ii ,�) L viii- „f z To REMPN RDP refs PERESAE ER SEFULE MRDONED To ref reEE rere HE reKLKHEC BOL�RD��L � D reE�<GT ELELTre� DN RKLreHE�A E II ��KR B K III—EN sOewuK ...._, ,,..,wa��, ro woari AT)r NlltlulwVnM(lrrRfnlO� m o co NEP NiAE DOCK B — ENTRY PHOTO .w L, NOTES PHDrD. to e VY r, ^ �. REMovE DEMO LHE ExsT.cPNoav FRAME AT DOCK ENTRv R c OR L cuR Lv,THE DraNDPv FRAME s Nor sFIDWN N DETAIL, �� s DR PPP SEE .�'�&dn p D,IT A 1- 6 M cuae 2. REMOVE REFURBISH. REGALVAN ZE AND REINSTALL EXISTING PUNCHED Uti o METAL 4 ~ �Lz GENERAL NOTES BECTON 11 O C U fun vZ Ta Ta=Kl I E ALAN LIECURtt FENGE AND GATE AND NG FFA h N E wn*Ere sEreHCE*„reu ALAN LINK FENCE ON BOTH SDES AND REPLACE FRAME. ORPDE SEGIRry GATES AND FENCE ON SHEET 5. IF 3. PROVIDEU A NEW DOCK DEM F CAT ON SGN ON SITE PER SHEET 31 AND PC GENE 5. ENERu NOTES sect ON ED oN SHEET 3 OT LL 3 LL so wn�u SAs w SHOWN M E” ref"”" 'DEAL' w s —x� ME TR SHOWN AND mDED WTH TOLR PNo ADa DEG REM_ • ........�� eEPL E AT wATE R—11cE LINE ELEVATON'AT THE Ex NG TOO of BURE'LKHEAD AD�ACE TO TIE ENT11 A FaDM W�,D PWT�NDFR�oN�RF,F Ex sL NO ELEVAL ONs AL THE EAST NO GATE THE PAVEMENT EDGE. NEI,,Lr ADLusrNVAVEMENT EDCE F NEEDeD Lo MATCH THE HE soewALK wrHN m > WATER sERVCE SLOPE TALERINAD DDT Do NOT BmVK DIA NAGE ALL NEW SDE"LK AND NAT NX REPAR SH a SO> ENLPE y m SO s. NEI GOIT"E sDEWALK'HALL NCLUDE A 2 x 5 uND Nc CENTERED N FROM of THE CALF_ LAND NV SCOFF SHALL Nor ExcF D eg N ANv m w PouEMENT reevvre % /�� F HE uLa i a ROM L LA G T MACH THE xl'TNG PAVEMEN EDGE TH NNTE 2%) AND TO _ w Q OFT THE SE EXISTING HINGEWALK 20 TO TH N DO NOT EXCEED 2�RSIDEWALK CROSS SLOPE w m Sf OR 49 LONGITUDINAL SLOPE TO MATCH THE EXISTING SIDEWALK. TH <V z O Q �m 2 DOCK B — ENTRY 5' n SIDEWALK. PROVIDE LATERAL CONTROL JOINTS AT MAX.12 OG, xI LNG SO EP ACE LOILE ® LIT RAN RETEDTRBASH DIN ALBIT� 11INSTALL THE EXIST 8 (TORRENT LOCATION_ FIT m Q Z . G. AwDNT Exsr,WATER VALUE Dox LD MATCH NEW FINISHED GRADE'. C s 10 20 10, PROVIDE NEW roc PEDESTAL AND KEv PEDESTAL Rs VALE ENTRs. =�AF2' GRAPHIC SCALE ADA COMPLIANT APPROACH DETAIL 11. SEE ELECLR SLAC sHEELsForeLECLR ALEMOAND MPBDVEMENNTI N.T.S. PROTECT Ex TNG SEGDRLs ER' D'ECORLsPAS'LOC'SALVAGE FOR CT. EXIT.SEGKRILsAT BOX TA REMAIN. =D,cuSi91 E11.1IF.ID.A8008A7E-BCD4-481D-9696-250794392C4B // q more I p aonnuri�ii,rr n a i,/i � � f X111/,'' %�T� Rv1R Ro, , „A D HE z Ik �,,n L 1 0Aar1rN OP IRS PERE y 1p yew? -� �0 sp ', t� " N w L „ PAC ,RR RF o IO REMNN10 qDIAHIIm�NI �flli N ^Ji c1 �G ���� �A � ,� � oRF BSER Po O—ID — IRA—ED LOCIT ON RNG L-1 R N TO RP—%SAIEIMwm oN M-11,P ,� �� — TAGO aN� i�. CIE x � I � U DOCK C — ENTRY PHOTO PD v area.R RU MAN REMu N o NOTES' `c aI O NG TMP 1, REMOVE AND DEMO RHE CANOPY FRAME AT ESEE ENTRY FOR EA OFtt RILE ATED C FRAME ES NOR SHOWN N DERE L. SEE PHOTO. DEMO �' E Ex SING E70 MATC1 SURROU CONCRETE F O OT NDING SIDESEALI ANDS GANNRADES ROV EE SMOOTH BROOM FNSH U o W N E GENERAL NOTES SECTION 'I1 SECDRRv GATES AND J 2. REMOVE REFURBISH R REMOVE, FENCE AND EGALVANZE REINSTALL EASING / GATE, NCLDANG FRAME. PUNCHED METAL FENCE RDTH SEES AND REPLACE WRH DE MD ED SING CE`ATENSON NEW PUNCHED METAL � - / MATCH GATE. SE Z Sa FENCE ON SHEET 5. SSSS—SST SSSS— /�/� 3. ON GATE PER SHEET 37 AND Q �'v GENERAL NOTES SECTION 10 ON SHEET 5. O caNOPv IomiN¢s Cal ��\/N CJ 0 A PROVIDE NEW FDA PEDESTAL AND LEE PEDESTAL By GATE ENTRY > PROP.a 11.we—IM m SA TET Q w A.FMENI REPaR �>\ CTy EIAL SECORirvELIT EGA TO REMAIN. FIT _A Locus AVID sALvacE FOR RE �0 a o DOCK C — ENTRY a Z® FILL 2 ADA COMPLIANT APPROACH DETAIL O 5 1O 2ss 5z N.T.S. o SYEIT 32 of_.74... GRAPHIC SCALE amoaa oenwrec n'o. 1-10 g BAF 259 All F—Ad 21026 =D,NIS,91 Envelop.ID.A8008A7E-BCD4-487D-9696-250794392C4B �ID�Uy,rrannn,r,uu;i9iniiuimiamoe�«m marH!aJy ffi F �� - %/� �r�IF mt.'% iAU p z y mW t HoposEo LI Ilb ' .o RrM�NRaEDID IMEr o�v 'i�"i1ro rtfi. kud ��fi Z g= A,LANrED�. r�,P#6 ' ui i �zr w t a �r mrnw� �NNNNNM�� , , NE�Ha r,a� �« ,o Rr�N „d ,Row ooNOA,� avEk N ° 00 � EVAN � � mo � U,7r�Ir1,r wA6s,41 ,w�°� 1 %AmD�U�9��U�� am�(� E /1IIdT��difj i DOCK D — ENTRY PHOTO v � � � w. -Avw ;0 Rr SRH TO RH ao TH s � Mores IEA o A CDN ` SAN..ro=ND1<a, ,. sEM..E AND DEMO THE EAST. cavo.'-r y_ e �a RunE nr DorseE DE"rrea�E sHowN DE,n�. .'HDro.o x� — s .o T NOMA.rH.HE s�66o�NON�soEw�H�o C6�ESDE oo.H 6600M rN ISHU REMOVE PEFURRISIL RECALVANZE REINSTALL Ex -- — — — — —� PENCE A Fl IE AND SALE, NcwD c E SECTION „ sECURry SALES AND _ PENCE Roru s DES AND RE.'LACE w RAM' DEMO DSM ru ETI ALES AND / MAmu RATE SEE GENERAL NOTES s w E�NCE ON suEEr s_ S ss ss=ss s. ON cprE .'ER SHEET CR AND > .'Rov DE NE' Docu DENT rrar ON N v cENERu Marrs srcr oN'o ON IN Ss N O 1' . A MEM REauR a_ .'Rov DE NEI FDI aEDEsru AND SEE.'EOEsrnC Dv wrE ENrRv- m z r rer-/rAl AS E ELE"C"SHEETSFeox ro REMAIN, .'"�Locus AN suvaaE rare Q z w CE—ENT s°N c9oo, crv. Exs.srcu a w 0 z O 2 DOCK D — ENTRY a Z® s.sSO 0 2 ADA COMPLIANT APPROACH DETAIL o Ecr 33 or_7o N.T.S. GRAPHIC SCALE a o BAF 259 o��m uma.Us,. Citi P—Cl d •D,IS,91 EUvelIT.ID.A8008A7E-BCD4-487D-9696-250794392C4B .. .._.. —DINTS SHEET PflCYt! NO. ux u umm �, T mNwcE RwxR s �D =IR@��2e�� GRAPHIC SCALE to 9PxE s AiaBSIaz PAmro r :e ffs ,, (s¢xmE la Axo Ill •��' a`f �S 55 55—55—SSL—55 5 5 55 ss--..,.Sl----S,--.Ss 5 55 55 55 e KSA/B9x© � x10 Z (SFE II)AC P R OR E WAIFR SFRW S Z a �Z IN�i. ..—UN.c� o� �.—ON© PRDP av EMST. G.- WATER METER Bx W s uuu a EMREXLNN NG IG REXLNN W �z � ���:'o x w s<ro U~o Luclmc Ga-clnrx sn�rs) E.m.a WerzR ) �ACP - '. K BrxRnW mnFNRR R=— P P � Tar . PSnrnu xm mtxr oarx n ) U o To 1 DOCK L — ENTRY k" ®/ NOTES. J PROTIDEA 4 AND A 8CHECK HE 4 ON THE NEW 4'AND ,,,,, U EXIST.8"SAN BE S SHOWN THE 4'AND 8"SUCH AS OC I. REMOTE REFURBISH,RECALVPNIZE,AND RDNSTNI EXISTING y y7=S 9 BE NLLY OPENING SWING TYPE SUCH AS � � '' Qj �_� PUNCHED METAL SEAL NO FENCE AND GALE,SECURITY INCLUDING SPEARS INDUSTRIAL SWING CHECK—E PVC BODY EPDN � � H AND F SEE N SHEET NOTES SECTION II SECURTY GATES SEAL WTH ARRO INDICATOR SUCH AS SPEARS TEM % /��� 7,�//� w w AND FENCE ON SHEET S. MEAL. ,0 AND 0 TRAFFIC 080 DR MP E BO EQ— INCLUDE AND cwoE AN Hs so TRAFFlc RAreo vALTE eax ANo COTER ! N Z PROTIDE NEw DOCK DFNRFlGRON n O CAIS PFR FOR EACH VALVE,APPROX.14 X 19 CCTIIt SHALL BE SKEET]J ANO GENERAL nOlES SECTION t0 ON SKEET S. MARKED'SEWER ON TOP. NCLUDE A 1] CONCRETE ( tiNl� �iVI�IlIl J,}�.,,+; �YIG° SJ `.¢I w W COLLAR FLUSH VATH SURROUNDING—ENT. —GE ) �f SUBM RAL FOR APPROVAL PRIOR i0 ORDERING. 3. CGORDNATE WN CITY FOR NEW R"WATERMETER(ANO RELATED FEE)TO SERVE DOCK $L 8 PAV CONCRETE EMENT MAY EXIST BENEATH PORNONs OR PLL 3::V} I f IR / U OF THE I—EMENi N THIS AREA F ENCOUNTERED RENO- ffifif'� Q p 4. PROMO E A NEW R'316 STAINLESS STEEL X 1/4 TURN ONLY THE CONCRETE NECESSARY FOR THE URUTY TRENCH, 6 WATER—VALTE WN CITY STANDARD WATER VALTE BOX MAX.]'WIDE. SEE GENERAL NOTES SECTION 12 FOR f�j w ON WATER SERNCE UNE AFTER MMR BY DOCK ENTRY. 9" INFORMATION ON PATFMENT REPAIRS. /k SERNCE UNE RANG FROMMETER THROUGH BUU(HEAD f U Q SHAIL BE STAINLESS STEEL PIPE AND INCLUDE A SCH b g PVC CASING THROUGH THE BUU(HEAD WALL. 9. SEE ELECTRICAL SHEETS FOR ELECTRICAL DEMO AND IMPROVEMENTS. PROTECT EXISTING SECURITY CAMERAS AND It O- LJ 5. PROVIDE AN ABOTE GROUND ZURN IMU(ENS 975XL 2" SECURITY PASS LOCKS ANO SACVASE FOR CITY. �� r INCLUDE IO. PRONDE NEW STRIPING LOGO AND SIGNAGE PER TAS 501 AT MR 11. ACCESS BLE PARKING SPACE IMPROTEMENTS SHALL FOLLAW C y T �'+ B. E�yOE DIELECTRICFITTINGS FOCSPEDESTAL NAND RKEY PE ESTPL BYEDATE REQUIREMENTSOFiAC18 CHAPTER 68 104 ILII {„ IN � W SECURITY CAGE PETER THE WATER ONS WI VALTE. 11 I � SHEE! 340! 70 I NECORD uanXWlc eru. BAtl6LOW PRETfliiER IN]IB IS LOCKABLE PROIECRVE 1 1 BAF 259 PHOTO p c,TVPAnuc!®_:,mB Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B C0.161R!N/5 91Ei! III 1-13272 PI�tlYC!Iri A11J1.C1.00 sxa�o sots®�2 0 '�R3V sd ti4 NSR �Hrv� rv.rvw6 RE�ssEo MaOrv..rv6 va nwcE6 DI'Es1'E uaury=wc . "nz90 DRY - �rcHlao ,wc y�sen ao oa ru'iu`re DI'1'11'E wi F s �c o N E N Bu TA Fv Coa r >s anreirvc E sEE rv:�/2'* wrvuc%recd R uc � ear�:aaouNo rv�oa wHi* N � F. 20 "Kl oav own Z o MoFF1 FG 0 A P w%un orv(Rv)oma coMMIIMPANFF.sz E 'o "las. s m lzzo sovow vrvs o ER PIII >/azwsssuos *u —cn Fa-1-TE =11111 u<mcwOP 0 ewncm E WZ du' aco e--F—1 `N rvo* W 2. aza�c eoas®z ac SENA. �aM wMvorvcry*s w suos cE LU w vil RE son Eaox a FOCo Isoo s 6691 E /AL Il loPtz �m FE.waren,m*n vivax c v[v[o io uEE* a aucE 361-ass-3 scam.CHEF 1-1 9 1 N - 1 SHORESIDE KEY PEDESTAL A Sn ECTION S/61 ECTION SIGT N DETAIL X _ muE,�n--*-o- Ruewr-r-o sauoQwz-r-o myo 2 rvo,E.MOs MEQ —11 I—Es. S U N � R:m RRH p W w 0 oswi�sE101EF w­cnary �- CooRowa*E AllEllw�=n nreE More TA I `=nreEoaE6 rv�vv�E U lAlEl,11 cone 2oF- E I` � N EnoPFF-DI 316 O U so rvEEss sEEE res HEEILE ------I �11 1 _:j� FEEL E SLEEVE E �- Q Q THFF5T FLOCK PEP H F_za e 6.zs N K GPNawav Al REoO Fss ma 1, a � a d 3 Fo EA,H6ry z 0 SHORESIDE FIRE DEPARTME ION (FDC)DETAIL Irv, , GQNNECTw U � g o o i Foa 21rvs No<E I—LI un.„w,EIFFIT L FllE 9wE�� E SHEE! 35 0/ 70 xrcoxo awvmc xo...... fl BAF 259 � GIY Pfl]YL!/_.110]8 s./a�are=�=E+`-sowox�s+nxeoo�eay.=Pe ixoe.9.xxwssxwonioxx oF�uise.q moenm er=re a�rm o.zon-��.s�am X Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B C6Y50LGMY SMLEi Pfl]Yf!H0.9]1J1.C1.00 E,.n.rercEE..rc 1 ,ZIA z Din sDEc w reEP rzre ,z= w a �IE� OZ �4 coM. z a3 �4 cDr,,. Z o w E a o E�n E«oEPn Mrc��. ® PIs IIEE,PEE ...E rc nn„�reEPPR srcac,i4 EP E, N D F —,(lEx1sENrvIc N, o.� rcrePnPPE - vl w czx7o v uuu a A NEW SIDEWALK AT BULKHEAD 1 BLOCK CURB p °W w sr,.E,ice _a• moi. -o "''o .a........,E8--D NFo c.N.aac.",D IEI F. `o � a U u 0 88 N p O P-1 FD<nrlc.—E.ENT U P-1,o 1—PP m oa PPPaovm Eouu.rlsau a, `E—T rlEw corlraE*E aEPaa.a*Eau fE.Pz Dco ssEEP sssaw c cuoaF Eouau nA e ¢ r � K O Ecoa'v roncsPE � a � a �E�. �" Ea cDr,caE;�� �cor,caE,E z n re E Ero,urson reoPreo o ESPPrvsory eoPreo g o EXPANSION JOINT (EJ) DETAIL EXPANSION JOINT (EJ) DETAIL nNEW CONC. TO EXISTING BULKHEAD /3\NEW CONC. TO EXISTING BULKHEAD „,E_ „,E SWE! 36 o! 70 PN suoo*n_D s..FPCE Fore *a PreoHOE P'LEN E NEW CPP SEPL i E.Dre EEk rcrcurEE n,o E,s rcrcu—D w/14,:s 3 BAF 259 FF,P EE,w EPS.___E CPPED orzon er u.ea.rz..gr...,.4 PLasnc ILE—Foa D—IN INE-1 CIIYflpYC!/_11016 s.Ea�.i...Enwo.oE+v��Esoo«e.u.Pe no..4.ExirxsEnoortioxx oF�arzs.e.4 momm.e er=rs a�ne.rz.zon-.�.srz.m X Docu5igN Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B -DINTS SNf£! PBOYt!M.1]1]1.C1.00 (' Z a w (il°� DOCK ID SIGN DOCKSIDE SLIP ID SIGN H- EA - a 2 S U N v 1 PRONDO NEW DOCK 0 9GN5 ON EACH DOEXAMR IDE OF CAIS AND NEW SNP IB SIGNS ON THE DOCK90E AND ON THE WATERS OE OF EACH SNP THE DOCK E 0 P CNS GN SIN1 BE MOUNTED ON EACH MOOUN ENTRY CAIS THE OOCKSaOOE �'— BOK OTHE WAMRSOE SUP1 EACH SUP O SGNS ESIALL BE LOCAMG ON RTIiE ENO OF U EACH FINGER PER. p 1 THE NEW DON(ID AND SUPSTYLE ID SINS$HMA EACH CURRENTLY THE NIDE,COLOR. TPATHE ADJACENT FONT,AND S-HS T—BIOSE DOCKS PRE CURRENO P PLACE ON THE MANUFACTURED PEOPLE S Si i HEP➢DOCKS E H C OF NO PAR TIMES AS NPNUFACILRED BT GN COMPONENTS CO. LLC 6 S1,Ri, "O"D ((WWW.OUTI]OORrvuMBERS COu JOHN HAU WELL KI (JJ111 185 6188),OR APPROVED q`� LI l j EODAL INE NEW SGNS S1MD BE KNG RIA— CAREE HRH DENSITY OUTDOOR EN PLASTIC PGNEN O SHEET MATQt, R TABLE FOR ELLL 8ME y j .AMRIOR E}POSURE WTIi NO PLANTS PVC OR OTHER UNSUITABLE U NATER ALS. U Z ] SIGNS SHALL BE WHITE BACKGROUND.BLUE MKT/SYMBOLS,AND SIZED AS - 0 FOLLOWS: GO N ff A DON(O SIGN(NOUN-ON GAZE) SKS. NN 1/T-LACK Q p B DON(SOE SUP ID SIGN(MOUNT ON DOCKBOK) 5-,NN I/4'NICK WANGLE SNP) . MN w W C CK(OE SLP 0 9CN(NOUN-ON FINGER PER)J'%1 1. I/1' NICK(oaeLL) K a rn 4 THE MARINA SANS SHAD— VE COUNTER SINK SCREW DUES. EASED OUTSIDE EDGES O MARINE GRADE STANLLSS STEEL MOUNTING HARDWARE. Z �) r r S. PHOTOS OF REFLECT AGNS ON T AND E H ARE FOR THE E THE SIGNS K U 0 DO PNOTLA HEENT O PLACEMEN-PAN NOUNBNO FOR THE NEW CONCRETE Q DOCKS. PLACEMENT ON DOCKS A 0 AND L SHALL BE AS LADLED ABOK. 0 6. PRO BE SUBMITTAL OF SPECIFIC PLACEMENT AND HARDWARE FOR U CONFIRMATION PRIOR i0 INSTALLATION. S WATERSIDE SLIP ID SIGN DOCKSIDE SLIP ID SIGN N- :1�11 37 0! 70 ORIWMC lA......AF 25980YC!/_11018 s.raoi...rnwo.or+v��rsoo«mu.Pe no..9.rxirxsrnoortioxx o�a�s.e.q momm.e er=rs ane��.zon—��.srzam X DocuSign Envelope ILE A8008A1E-BCD4-48]D-9696-250]94392C4B ONELINE RECEPTACLE GENERAL SYMBOLS PLAN GENERAL NOTES Os�a�ai aro Paso p car s asmo�areEo wrex aeowo�xNxDELE11A FEE"DEFEND 11-11FINE1 erere,reeN e ee �E re Ne ELE<,erza EEwIE,e A. <, P Ere,_�re-reE,.Ore,wMreN retia (Ill)-111-111N re ��� MPa� p Ll°In �NeNre,NeNEeND v ,, a wL,uE.aNO .eA,Nc oEra�Nr�E - MOME reON OSEo ,ME wueanoR�L s�All ware uL ONOErecreoOND NLOE Peore,o E—NN All,eENCNNo. µpm - aci[iN 310 c =, T2EDarvoINE [resR iworerrereeowreeosrown curere[m TreursrereMEre reit vrtATx[rePreoor xousirvc 2 °E nET -----y xow RUN EONc[Am [5.—HEI iN11—ASIDAN s,.1 AANIIACTueEes iNIADLAn DN uERE DETAIL E [xisirvre urvo[rerereourvo[LEnreiw reI",MENms uwN'AMPLIF,HE THE x'arex. node° •� MI4NOL,PCE _ rz`-''c'ADA R[CEP,uLE uERE oECA�L a x� , reursrereMEre �SnFTI FIE �� na m mrvrvEniory %5/rz'ov'wn a[ewu�P 11".1 EreE M� 11,1HNI INOERGRouND EILc,RSAL Dun —FI B'HE ENONEERCOAEHAI 5xALL EaM sxi uSELE W a TioN S 4 ,o"[ NT o ��Nn MnEe A 'R'Z'��.o�RE��aN (SO�;E°Ere�N N NN�mMEFAwN�reN re=MaL reE re� N ED,Ere �reN�re NOT � Ere,o NEre�L reL�ME PrerePE�reE, EEE FIT DO k�rE ecMENNrE _TEL_ reN,ceNNNre ,re ��a/ow�Eresa;=E oNwaa��re w =n nE NETAL wI R L�N, mN ree,�N�EM,E E L FEE eEDAreEe,re,M,ENre�N re, z su =Mrew„ MEreE LETAL ,�NL �a,LM w�,M COMP,��reN re,,ML wrerere =rere 110N M,Al MEAN=�NraLL z AMP�re°HA/Pre,=RaM� Ia _� �Nre LLwLre MNL �re�n�Nc PreNre�,�reNL w NI 1011DreaT�Ne NE .1N,N=EON=/POLES/EwreLM re NO,E EALLremE —— — creeNNe rerem ee�LE AD NECEI—Enre EeN�DwN,De mEeDN ,OD EMA,L P,ALw EreDMre,aE rereD�NL EnN DreE,�o Gaw,�eAarerM, ©® * ereOMNre�re NN�rzP reTME��L IOAEe. MNLL`mMLewE=mre��,Lre aL.wIA�L DEAL NF,"re AF=PEcreFA MLreL AE 1A.,Le reerereNe EeNN,rzTmN -DEMOLISH AND rewovL LOO�PM,m OPOONo roNN,n�ON 'FAD aro sF.1'Nmas+as To muPmm msuA a mucoo EFAIE1 A" L P.11 POLL EM eMAL OE wreN m ar,ME czMreor,ore pp LP ucw POLE E aw o"HE S U zo��o oGP NATIDl 11 PI wLL FE emEwm Eoe cauPLwNCE WOM lEOIlEMEa 000xc TME nOMOTa FMASE Al HE FE.Ea, vi III a o Sall Ne,E° 11,MENADEANTH,m ,re,Tref M P F reP =EE ,NE,reATEre SMALL cE FeePEeLv sEum AFTE1 NATALoTONoD Al II`p X EE NITE 0 Poo MOOMm,reANSEOreMEre sluDID wPPom roe DE Puns or eucns.�N L NnoN POLL coed�N uL was euEways. }v o a o 0 Aro EOO�PMENT w,M�N TME ASIDE or.11, ""L�s,wL I011.ON IF NII.1 E.,s,mA PANaE.ENcwEOre o wm MOEe NsAF.mNNEc,.Wa0ean aro nun-OD.IF'0111 IN THE IFFEEFANII AND�NANDST1— "°NI AIL16 TME coNT-11 a TO 101N11H.T-01 T. ® �m LL w NEE coN000 aILE - s<E scMEOOLL ENFN`TE � NO WEwwNOu EOre IF oFlre�A eHE EANN No. newo u �a NOODLED,LIGHTINGemu wTuwousm�rl v aano euwN uou<M0111 INSIAv.,�oN oe FIFIDE uwoL�ow/aaEa A A,mPreoP N,E aR e H EA - ,xE IONI-01 I-L PreONOE SOMaN�Aw,.1 onDosr OE OOs,ANO OEOrem DOING IIAON�OH ANO 1ON,FloI1�ON � w O�oDHm6 L PreOwoE TOAPAIII PO.1 ANO DOMINO 1—DIMON�reN.1 OONSTILTION Pw moos, o r Os,DIE`ISE.`sEI o EAEEns,ArO.Aeos. a D��E ooN Io E`FFc ueE - wrereo�w,E,ME�Em OE,ME OEMOLO�ON worere reEOO�rem Eore,ME PreO,EI- oN woere oeuvwas,o I ACNE - v z 0 11 AsE.wL coNP. wEOOON or�uo — IDL � Es""ueE Trec uu,�oN,o oENNINN-El oreNmm reEMou<recE AND E.TENO ens,I E sM��E NsA�ooEwwSNDT z d 0 LOo,T�EEI wore DAD ouooN Aro NEw,mere—'El iNoiwm IN oeEEFINDID wnucs oe Nm.A"rooeoiNaTE E A. a w a Dames rLw,aeE`Pi` _ z Q g FIATOILE11111 SEE ,xoi=TN U g xea-War TocaLL sxncxAE a �rzo/rzTrv,zca m GENERAL ELECTRICAL SCOPE OF WORK - IIIOeE IDE.s<E IIIOeE SCNEOLL 'IDEAL'101,E11,1N1,l I ll a w�O,r EOo N.�cE P DEIF IF OLLo-NI IND TLreMIw,�ONI o SeEEr 38 0� 7G EE " - ENBAF 259 mxonwu,m.LPw s Esg 11016 D,,,Sign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B -,.r5 SHRT PR0.KCr Nx 4]9]1.C1.00 N \ E BLVD nmrr�" v/ w O ¢ �; _... W 9 O �E7 DOCK DOB K DOCK = N C DODCK S U c U` OC Q a J� \ LK/ l� Illt Q X w U ti S DOCK cm- Z d Q � Z H U o Q J � W V NPRINA OFFlCE Q CORPUS CHRISD d BAY Z® 1 ELECTRICAL SITE PLAN a 5H27 39 d 70 ]9 39 gEWA9 64.1X640 M. 100 100 100 GRAPHIC SCALE 8 BAF 259 _� �� I•-xoo• � nn rxoxcrd 11a1a DocuSign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B DEMOLITION NOTES GOxswrwn'sxEEr OTRACE OUT FEEDER FROM TRANSFORMER i0 PPNELSDPRO AND REMM CONDUCTORS. DEMO ANY PROKCT M]4]9]1.C1.00 CONDUIT REQUIRED FOR INSTPllARON OF NEW SYSTEM. -DON REMAINING CONDUIT. N OREMOK PANELROPRD AND FEEDERS i0 DOCKS. O COORDINATE KITH CITY NIS i0 REMM AND DISCONNECT CAMERA MOUNTED ON CANOPY. "S pi On e..,wvfl � 1RACE OUT POWER CIRCUIT TO NIS CABINET AND TAG FOR RECONNECTION FROM NEW DOCK PANEL DOCK A DOCK B w �s w °+ Q o a w g� Z �1 LLW on it Z _g� W 9 ¢£d d 4 maga l I I � oho � � w 2 v�w ucc GF PVC WTR SVC / 2 ss ss —ss s ouE� — n o `'�- ss /oma/sem o z q � in o c c c I c c UCE c UOE c UGE 777JJJ}}��� ucc a m� Q <U Z Q u U Q Z DOCK A & B — ENTRY DEMOLITION PLAN ]9 40 S SHEET 40 a! 70 nEmnu avMxc erJ. GRAPHIC SCALE 8 BAF 259 amu um.. I"=O0' � CIN PROJECT I RIO18 DocUSign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B DEMOLITION NOTES QOxswr n'sxEEr OTRACE OUT FEELER FROM TRANSFORMER TO PPNEIBEIPR[I AND REDSOK CONDUCTORS. DEMO MY PROKCT M]4]9]1.C1.00 CONDUIT REQUIRED FOR INSi TION OF NEW SYSTEM. ABANDON RENNNINC CONDUIT. OREM—PANEEBOARD AND FEEDERS TO DOCKS. 8 COOROINATE WITH CITY NIS TO REDSOK AND DISCONNECT CAMERA MOUNTED ON CANOPY. h Sy TRACE OUT POWIIt CIRCUIT i0 MIS CABINET AND TAC FOR RECONNECTION FROM NEW DOCK PANEL. YTi'�fVr; OMINIMIZE DISRU M, A E,AN DURING DEMOLIU AND CINI TION OF NEW EQUIPMENT. RACKS AS REMOTE,SAYACE,AND RE-PI-ANT SHRUBS IN NCINItt OF TRANSFORMER AND EEECiRICPl RACKS AS DIRECTED BY OAR. OEMSMNO.———11 M5 iWNSF ..-—N TPNISFOAER AT ACE'S CPPB SH G1—MME M11M U.,FQV RWY11 CURNC.__N OF SEIMCE z DOCK C DOCK D am g 0 M pis Z _g� W 9 gd ill L T. � Z Q S U V `w OL Q'�a, 0 0 rl I l a c fiI o ❑N _ 0 0 0 0 0 0 0 0 0 E uc� cE uc� ucES, ucE uc ucE ucE U o o m � V V O H 2 v G— c— C—c UCE _Dc�UCE uGE E � H I < U Q ® 1 DOCK C & D — ENTRY DEMOLITION PLAN 'a Sla7 41 d 70 Z ]9 41 flE OAO 64 MN M. GRAPHIC SCALE 8 BAF 259 amu um.. I"=O0' LUY PROJECT I RIO18 D,,,SigU Envelope ID'.A8008A7E-BCD4-48]D-9696-250]94392C4B CON ,r'S SHRT PROKCr N]4]9]1.C1.00 am t ;r Z ie e W 9 f "pnMul 1 DOCK A 2 DOCK B x ao az x.r.s. ao az we x.r.s. D, 'Z S U / i m a a 5 P E PE F1B0 RD) ¢t o� IH I 0 0 ni 1 o 0 z aruM` m Q 0 Q 3 DOCK C 4 D�OCX sD z ti a az .x.rs. I az ... < of DEMOLITION NOTES 1 ¢ Oi TRACE OUT FEEDER FROM-FORMER TO PPNEEBOPRO PND REMOVE CONDUCTORS. DEMO ANY Y CONDUIT REQUIRED FOR 1-014 OF NEW SYSTEM. PBANDON RE-NINO CONDUIT. U O OREMOVE-13 AND FEEDERS TO DOCKS. �] COORDINATE WIN CITY NIS TO REMOVE AND DISCONNECT CPMERA MOUNTED ON CPNOPY. S $HEk7 4Z 0I �D flECOAO 64AMNC M. OTRACE OUT POWER CIRCUIT TO MIS CABINET AND TAC FOR RECONNECTION TO NEW DOCK PANEL. BAF 259 amu um.. � CITY PROJ£C!J RIUSS D,,,S,gO Envelope ID'.A8OO8A7E-BCD4-487D-9696-25O794392C4B f4N ,rS SHflT PROKCr NL 4]9]1.C1.00 N !Iivil � o �mi c llffl(f1�11r�11rrr da i q z ie x n w _: w p� 9� Iomlomllr tF �Nlwrlr!r I� �y / r ii��'{"r, �j,Y�� Asa x � N 1 DOCK A & B SERVICE 2 DOCK C & D SERVICE wE x.r.s. U S 1 n II I� I mels ed�ul IJillI� 5imi � �oVmQ Ili pUv�U(~UwJ rQ Z0 2a 3 DOCK A & B TRANSFORMER w a3 sl.+c.x.rs. DEMOLITION NOTES Z U Q p OWORDI F ERS.E WITH URUN CO.i0 UPGRADE EEECIRICPI SERVICE.REMOVE DISCONNECTS,METERS,AND®ERS. Q O UTIUtt CO.SHML RENO-EXISTING 10/2,58V 1RANSFORNER AND PRONDE NEW SECRONPLIZER AND Q TRANSNRNEVI RS.COORDINATE WITH URUTY CO. Y U QE R RE PRIMARY FEEDS THROUGH TRANSFORMER TO JOE'S CRAB SHPLK. COORDINATE WIN URUtt m O FOR REMOVAL DURING DISRUPTION OF SERvICE. 4 DOCK C & D TRANSFORMER MN � OTRANSFER ER CONCRETE FOUNDATION i0 REN FOR NEW URUTY SECTIONAUDER. REMOVE MY al 4D sc.uE CONDUITS k OTHER ASSOCIATED OBSTRUCOONS AS REQUIRED FOR NEW INSTPUARON, xTs S SHQ7 43 Or 70 O nMINIMIZE DISRUPTION TO NLMDE DURING DENOUTION AND INSTPUARON OF NEW EQUIPMENT, flEWAO 64ANN4'M. ENLLY REMOVE,SAVPDE,AND RE-PUNT SHRUBS IN NCINITY OF TRANSFORMER AND ELECTRICAL WKS AS DIRECTED BY OAR. g BAF 259 O°''' nn Pxa�Ecrd sIDWI DocUSign Envelope ID'.A8008A7E-BCD4-48]D-9696-250]94392C4B CONSTRUCTION NOTES COxsw1 5x[Ei PROKCT M]4]9]1.C1.00 OCOORDINATE NTH UTUTY CO.i0 INSTALL SECTONAJZER ON EXISTING TRANSFORMER FOUNDATION, N ONSTAll NEW TRANSFORMER FOUNDATION.COORDINATE WIN UTIUTV CO.i0 INSTALL "ih/ '�4 SHALLFPRONOE UALL REMNTUTY RNNCE RACEW-R RAND SECONDA—FOMER AND RY CONNDDUCTORSNDUCTORS.CON1RACiOR m ykA DOCK A Q INsrALI NEw SWTCHRACK. DOCK B „wr>Ano w / c9 \ Q O 111 I I I g IIIAII' � Z Z ? 'I Z gs g I � 6xF 4 «sz o x w I� qqqq 0 L� N y d 2" PVC WTR SVC 6 U ] unutt co. � SEC1141 ER (NITCHRMK GBINET 55 >SS (ttP Z) SS O$9—SS SS SS SS 55 55 SS SS SS J U 5 5 , 4 �� j —c— 'RASH� G V w P u SG ucE ucE ucE C E— —UGE uc[ ucE uc� Q 0 T1z Tz a: 05 a a z m �unutt CO.PAID MERS (TYP.ttP.2)R) V Q � Y � U � U 1 DOCK A & B — ENTRY Z ]9 44 S SHEET 44 0I 70 Irtmw avXlMvc en. GRAPHIC SCALE 8 BAF 259 amu um.. I"=O0' � L}N PROJECT I ZIO18 DocUSigD Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B CONSTRUCTION NOTES COxsw1 5x[Ei PROKCT N]4]9]1.C1.00 OFO ND4nON WPI UTUTY CO.TO INSr SECTONAUZER ON E%SRNC TRPNSFORMM N Q INS— iRPNSFORNER.0UiUNRMER PRONOESNTRPNSFORNEROANDEWIN UTUTY PRI—Y CONODUCTORS.INST­ CONTI—TOR SHNL PRONDE H REMANINO RACEWAYS AND CONDUCTORS. 9�^ DOCK C Q INSTAU-NEW SWIMIAWK. DOCK D ` r oc or Ffi O MINIMIZE DISRUPRON TO FOUALE DURING INSi TION NEW EQUIPMENT. CP UY REM—,SPLVAOE,AND RE—P—T SHRUBS. 1 y A O AAA C7 1 1 W I'Illlh IIIFII g z Z _g� W 4�. o ae° 4 �R 15 5 x 1 � 1 S U E� a rn p w w v 0 U o 6� — '� 0 unuN- N EN c sEcnONPuz O' (� / W \ 5 / (�S\WIICHRACK 4 _ Z 11 T4 c �a uc nuc T4 w , c c € N T3 0 1 -d nUNT.O0.PPO uu 5 U1RPNSFORIAERS w U Y � U G � ® 1 DOCK C & D — ENTRY Z Deas a SHO 45 Of 70 REWAO avz�vc en. GRAPHIC SCALE 8 BAF 259 amu um.. V,O' CN PROJECT Lim. •DocIS,91 EDvelIT.ID.A8008A7E-BCD4-487D-9696-250794392C4B CONSTRUCTION NOTES mxswl 5�l uM pn Box PR0.LCr Wx 4]a]LCtao OOFOCONCREIE AULT PND INSTALL NEW PR NPRYUni-ITY CO.TO FIE INTO INO CONDUTT FROMEVO�RLT mSIOE Q MANSITIONEFROM INOTO THE DWK rVOCUPLURCONDUCTORS TO CCABLES.SPLICES FOR NEW TRANSFORMER LOCATION. V �?�, O NSTALL NEW TRANSFORMER FOUNDATION TIT COORDINATE W UnDCO TY W.i0 AND PROVIDE ADO HPL PP EC 0 K F Idl FEED TO �� `4X`} STALL TRANSFORMER.UnUTY PROVIDES TRANSFORMER AND PRIMARY O PROVIDE CORROSION RESIST i SUPPORTS WIN OIB STAINLESS STEEL CONDUCTORS. CONTRACTOR SHALL PROVIDE All CONDUITS. HARDWARE. SUPPORT Oj P� INSTALL NEW SWITCHBACK. F 'ru mna DO% O REMOVE EXISTING BOLLARDS l5 REQUIRED.INSTALL(fi)NEW BOLLARDS A Q MINIMUM OF 4 FEET IN RONT OF EQUIPMENT AND(0)NEW BOLLARDS ALONG THE ROAD AND BETWEEN THE NEW SWITCHRADK AND NEW TRANSFORMERS. p SAW-CUT INSTALL AND N EW OO TRANSFORM RS.RPATCH AND RR RECONCRElECC00ROINATE NTH CIVIL WORK ¢ IN THIS AREA. W _ COORDINATE ELECTRICAL UNDERGROUND WITH UnUnES INSTALLATION IN THIS +B•ux a wn I/C F Z e FfEG I LY���FHiF�PIBRX(P RPE PNHIEO 11llDV STEEL RAZE TO PPE A JUNCTION BOX DETAIL TVP. 0 INSTALL NEMA 4x FIBRGIASS J NCTION BOX.SIZE BOX PER CONDUCTORS. O COORDINATE MOUNTING WIN DOCK CONSTRUCTION TO SUPPORT JUNCTIONS/S Z 46 46 SE:NONE 5/B' CAL49fi] E—SXIn '! W ucna6s mr BPPm cPLWnIZm n � IF1FR fIBIXGnON Z (SIMILAR Z DOUG E m A slDm) A Z 5 IB 0 Z YACHT 0< H CLUB PNXr 1FUDM = 9 m S U a (1VP.9) y b 17 SEE CML DWCS AND d VI COORDINATE FOR R rn STREET REPAIR 14 TS T ee °o e L III Q W W m.O Q UtiS 13 IB m Oaa o { q unu AD 5 Z y � �B�BOLLARD DETAIL �' g BX 48 48 SGYE:NONE 4S (SIMILAR) Z 5 i1 PANEL L1 a I W H W Q J n- e fi W w Oz a V O a a LJ D„ DOCK L z o PANEL LZ � I Y F41 A' $1111111111111111 SFHYT 46 d 70 4 ® flECOflO 64AMNC M. 1 DOCK L — ENTRY s >e m Z Ds QB GRAPHIC SCALE E BAF 259 EtI IFt IV17.9 Ftl dk�I II ��000����������������������������������������"' ••_Dtl nn PxalEcrd ZaZfi •DocIS,91 EDvelopeID.A8008A7E-BCD4-487D-9696-250794392C4B CONSIAi r5 SHflT 1111 1.1 AMPIVOLT QUAN— AMP/— OUAN— LEGEND Pxarcr nD.uur.cva9 X Q Q MPR NEE A ECTRIC POWER STARON.SEE OETAIL I SHEET 53 TE—SEEAOT SOUR LIGHT NOOEL R 4 t x ^ #SBES C W ESPl—UGHT3. A5 _ so4 2 x i A HQ SEN£R VACUUM PUMP SEE CML OWCS ��PP f u�F 6 Soo v i x ^ ? M De SOA-2nev 2 ±*a•Ju ex L12 DOCK SDP IDMTInWON ^x-evnativ ..i• AA DOCK PlUE - - Q EXISTING SECU—PANEL A2112 SOA Gv 1 x i is ao swv A 1. SOA _ CC 0 OA W ' ....... ..._ ex LAWRENCE IL Z 1 ST.T-HEAD Z W Be� s 0A s CA w WA i lex i 8 14 €1a A B2 oA i ex ± Bw 81B 818 814 832 Bl0 828 828 824 822 820 818 BIB 011 812 810 fifi BB BV 82 2 02 22l 222 21 ] 219 218 -i-- le U A A A A A A A A A T gUAPY11tt gUANTItt 3 P NUMBm LENGTH AMP T 1' O it ..... j �' up ax .......... A A A A A A H A A A A A ® I W V rn u lex 213 A S _ A 30A i 847 845 813' 841 819 83] 835 813 831 829 82] 825 823 821 819 81] 815 813 811 W 8]�^- ` B 5 A 30n t i x 212 211 10 20] 208 204 202 01 N w B 6 w t o x l5' 35' l5' l0' 30' l5' 35' l5' l5' 35' 35' 35' 35' 35• 30' AI' I v� Q W w B a SOA ] I x 8 U N O 39 i DOCK ppp o so4 i 24 PANEL a ql O jpLlllll 6 V y £ 31 I= ~ C T " o 1RANSFORMER ttP.2)e 115 9WHR ITCACK UG J 18 504 1 x ± A k 9 is roA i x 9 ttfi (ttP.2) Q "' plea AID Ai8 A1fi M. Ail AY) ASB AM A24 A22 Be nu AlM5' AIS Al A2 102 3 wB w' 105113 112 10 N U d JOS 10 10 < Q p H B 2A 40 SOA deV ] ox v z � B 25__ 30 30A�4CV i uplex i U A A A A A A A A A A N Q r B 26 L B 29 35 30A 2KV i i'dv OUPlex A B ®— d/B A A] PAN.A AS A Al A Al m ryr nI 30A ^ ppplex 70'SIDE PE ]0'SIDE TIE ]0'SIDE PE ]0'SIDE PE BO'SIDE OE tl 5 Z B Bx CA x i ex 114 (]5'OYfRN1) (]5'0vfRP21) (]5'OYFANL) (]5'OYFANL) (90'04FRM1) 3 V]5 o Q Q 04 1 101 Y B 36 —SXV i ex ± o W B 96 sen � U ex Q O e BT s Bo.4 xv i ex e 38 ILIA v i uPlex I m d B AO M3 SCA'a plex IY DOCK A & B — PLAN �LE a SHO 47 d 70 GRAPH'C SCA SHO 64.1BbVG Atl. wplex fill/SIC A :V�V:.'1 6 F Ftl�I c II 3d g BAF 259 � O°" °••' ••=8D' nn Pxoxx'r l daze DocUSign Envelope ID'.A8008A1E-BCD4-481D-9696-250194392C4B $,M..—R­GTH AMP/VOLT QUANTITY AMPNOLT QUANT —,.r,r'S SHEET d LEGEND I Pxarc'r A,4}ur.cvao Mx M 0 MARINA ELECTRO POWER SiARON.SEE M OEfNL I SHEET 5} 1 y 3 5 1 4 x i i MFlO a c s d i 401 o bex 1 B WHIM CLEAR STEAMY SOLAR DCHi NOOEL ds6L$C BY ESeFEIY DCHfi. 1 So Aha d- i QH SEWER VACUUM PUNA SEE CML PM1GS 1 1 "• �'~` �Vp 8 O _i_ M= i LI2 GOOK SUP OENRFlGRON 3 �y'o �"• 30M1O V i oei 31 , e DOCK PILE 1 SO v i 1piex 1 ix as ov i udex i Q EXISTING SECURITY PANEL I ITo i I.,lL* i z 39 in h0 i bo,v 1111111111 x i [C H�9 W ...--------- 41210. m d x 026 024 022 020 018 018 014 012 pIO Ofi 06 /p4 _ p30 on 60 60 80 BO 80 60 80 8D 80' 80' 60 55' 02 W 9 Mex... H Cls _ (] 41] 416 41 414 41 41 411 20 as i e 21 s0 d x U A A A A A A „ A 6e 24 4n i.. d 1 O ' d _ A as so i ] 6 as i pie. i P Sd v 1 ryex i A A A A A A A .....]S ad.... v ..i.. ex i..... 410 H PPNCEL D A 29 10 ... i M 1 4a 406 104 402 401 j L 0 M 035 pl3 plt 029 OZ] 025 023 021 019 D1] w5 015 011 plt 09 p] OS 0} pl 41 I 12 iRPNSFORNER CIO H b' 40' 40' 40' B 41 (-.2) S U c A4 llM I I y v DUme. ' I CL a —140V I Dewe.- SWITC rH K 111 p W�+ A. as a o.dex i e o U ti S (NP.2) _ PwU MSEK 5111 LEPATH A o1.r,QUANTITY O1. QUANT B 9 a t IT Iw ......i D..... .. µ...... 6..... I o N w E T ss n o a 55 noaOa.aav i iiDeo�Mex i 9 322 U v s se aoa d«x I Cb C36 C36 C34 C32 C30 C28 C26 C24 C22 C20 CIE CIB CII Cl2 CIO Cg CB C4 CZ � S �HE D i a0 ex i U!d• b' b' b' 40• b' 40' b' 320 I I }I] ltfi I 14 31 312 II d Z Me" A A A A A A A A A A d we• IT 3a a0S.l I.v i. d x... i A va 6o E d i A A A A A A A � J b}S m H DOCK IT 36 50 0V 2 Duplex Y PANEL C - Q U Si y 35 20v 1 udex _y 310 309 0 304 303 J C w J ...Ta s0 .... aay. ..i.. �piex i..... C17 }OS .102 301 w 'dex C35 C33 0 C29 C27 C25 C23 C21 CIS 45 C15 C13 C11 C9 C] C5 C3 C1 B tl 9 ao 1 1 w U 11m a0 i % 01 °A' SO' SO' SO' `A' 50' 50• 50• `A' 321 45' SO' `A' 50 50• .:50' 45' 45' Q 2 s0 i ryex i B z _ � U E3n0 2e 50 v z pier_ i _ VI u W i Sex 1 I Y 26 eo 2 Mex_, TIT P 0 l a0 i 12lV UlW- 1 I I o 8 d IT a s0 d i ao so it s0 av i Me. i I a 3s12.v __ e e=- ,___ ® }g1� DOCK C & D — PLAN I ^ S sHcrr 48 or 70 we. —B 64.166VG M. N GRAPHIC SCALE,s 8 BAF 259 emu um.. I"=50' CITY PRAKCrd 21026 DocUSign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B CGA51M1i rS SnflT CONSTRUCTION NOTES LEGEND Pxaar.'r NO.uur.cvao IN ADDIRON TO RECEPTACLE BREAKERS IN PEDESiP15, AO -s NA ELECTRIC PONER SWION.SEE PRMIOE SPPRE BREAKER AS INOICPIEO FOR ATTIRE OEfNL I SHEEP 53 y 1 0 NHIIE CLEARSs.STEADY SOLAR UGni "iq ""kA k 4 LSODER—UUMc BY SEE C ucnrs. „Y'� 0 SEWER VACUUN PUMP SEE CML DWGS � N 4 L12 DOCK SLIP IOEN11FlG110N "•;'\ DOCK PILE 15 I8 YACHT swrtcnRACK L .� CLUB ¢ ; IRPNSRORMM W Il IM Zy°� B R C} gs 15 IB �Z W 'y� LM6xF L6 U2 Ll4 #� 55 DOCS I Ll PANE 8 D U �' lNi L22 L N of b' L1 1 W 50' L24 w b' si 504 l4 y €� �. I: PPNCEl L2 5O' L28 D, 1.nv+ I ��SS I 50 � U N I L2 EO' 114 8 c >n v D 40 D 5�.... 5i 808 60, III!d R c LI LII s 8 BO' L40 a Q W w so/ �� L1G +a'nx Lu I �• 111 v o us 2 . J v is rvumoE —N —N., vunxnr 45' L19 5l L1 50' D, 51 Q 5p' L25 Sa• L2> 51 Loa 521 SO' of j5D' Lis 5, sG• u> m � Q Q U DoCE K M Q I z J Q Y U O V O I � � Ir I 4 1 DOCK L — PLAN $ SIKET 49 a1 70 Z 39 49 GRAPHIC SCALE 1 8 BAF 259 amu um.. "=50' � CITY PRAKCT 121918 D,,,Sign Envelope ID'.A8008A1E-BCD4-48]D-9696-250]94392C4B CONSVLiAMT SwCE/ ESLsD vF9JECl No.4393 EXISTING rEL43Kv UNE c rz4T W -- � �!�, OR.4J KV 1R0/ROBVD m,4W 4]KV t10/RDe 4WASAnodvvo�o��\ T KWH METER O K METER N!N1 METER O KW METER $HAll Z ED W - Z ?: 7W 4501 >3 A/2P 5001 >5 A121rx P 2 U III}}a 412oWw U I- 0 y E DOCK A DOCK B DOCK C DOCK p Lj PANEL PANEL PANEL DANIEL LT Z DOCK A & B DOCK C & D z o ° zo DEMOLITION NOTES - U w O COORDINATE WILD Niux CO TO UPGRADE ELECTRICAL 5 RACE.REMDVE DiscONNFEEDERS a w EDS METERS.ANN rEEDE Is. Q Uw OLEANssoaNERs coORoirwiE wiTu Ni��m coe TRACSCORNER Iwo PROVIDE NEW sEcnoNnuz[R AND a Q Z U LED: C' RE UOVAL RR" DISROPTION OE sERicE. NEI TO TOE s Cilia 11AIN CODREINATE wnH Niux EDIOR w U Q Q V Q � a 1 ELECTRICAL ONE LINE DIAGRAMS DEMOLITION SeEEr 50 oT 7p BAF 259 mxon wu,m.�cw s Jcg 11016 DocuSign Envelope ILL A8008A7E-BCD4-487D-9696-250794392C4B ExiSnNG 12,471V LINE 1EXISTINGe xiS TNG 12,471V Li ExISLINC 12.4-LI 611LIry CO. FMR 4 0 JOE S CRAB SHACK 6 Z W gme o W =ua Z a& 1 7� 1 Tz 1 T3 1 Ta 1 re 1 Ts - T2 Cl. R �ILIT2 CO,TxER BILIN CO TxER 7.2 G wn CO T.R ITL .ER 7 G anv CO,, R 7 120/240V 11,3W72 72 IV 120/24W 11,3W 120/24W 11,3W .w.-,120/24W 11,A .-.Y. 120/240V 11,3W 1201240V 11,3W W Z 5 8 11 14 17 � m ORWR NEER O RWR NEER O RWH METER O uW11 METER O NWH NEER O NWH MEER rx U (,zP� 1A21_j 18 III}}a Illi o W w 3 6 9 is Box 12 U 19 o w ANE ANE ANE IANEL I.E L >- E U � DOCK A DOCK B DOCK C DOCK D DOCK L w E z o cn u < m Q ELECTRICAL ONE LINE DIAGRAMS NEW - w � z a z z o � Q a w � m w SLEET 51 07 70 BAF 259 mxon a u,m.�c w s C7 g 11016 DOCUSign Envelope ID'.A8008A1E-BCD4-48]D-9696-250]94392C4B APIIAVUF EL METER 44" NrnEs NrnEI r PIE ssuRPAT RY SUP / uW TOR Y 4 1.00 1111E UNL- 22' C woad 1/ H" 5 TVP. Al MIN 4 r S k' NOTET RAR wARE� IT'N'YPINLIl T RENRoanSIOUDD .Zo SE w4,IT aNEaERaRaRNo1 _ w sub BIB P.UPERED M z CONCRETE PAD BY C, " — W CONTRACTOR eTncvOln IDEA NOTE s -1 use mrvwoR corvouiT wwoOw NOTE 5 NO N LLTION OF INSTPLIAnON. �arn oreauEl m � Tma CONCRETE POURER IN PUNS. 2. M4 REINFORCING 9T0_L RODS 2"MINIMUM CONCRETE COVER 4. ELI E'LHAMFER ON EREA DGESW11 2 THCK GROUT UPO COMP T/q xla'cu auo Rao 85" 2I" &5 RAINFORCIND RODS NOTES 0. 10 ON ENDRODSFURNISHED AND INSTALLED BY CONTRACTOR ]. COORDINATE INSTALLATION WITH UTILITY CO.INSTALL AS PER UTILITY CO.STANRARDS. 1 N ACCORNWCE WITH ANSODUL50 K ENIFILEDSLUDO.1 POP SHALL BE FILED IIE EDC IIIIENT IRAN 'ALL (5)AND ,,, _ OFR]/8-INCHWPARLOCKE AND/DR RIDBON IF TRANSFORMER FOUNDATION MAVLIBE xACCEPTABLE,BU"ENSECTNU�AEUEMUST RBEAAPPROVED BYGOP MPRIOR TTOI�Ill GBEING DE SUTILIZEDS THE OINSOF BACKHOE ENCLOSURE SHALL BEALING 46 xrs COVERED WITH � EUENCLOSUR cTRACK DEALS ECHETS MAY BE PROVIDED CNCLOSURE VEMIIATOR REQUIRED.A o/TEIE 45. RIcvL OucTs OR LUOSHALLBE PROVIDED GROUNDTHE2, ENCLOSURE SHALL BE AS MANUFACTURED BY CARLON,BROOKS CHIPS PRODUCTS OR MILBANK MANUFACTURING AS PER AEP3 THE WIFE DOT POLARTY STANDARD Ap"A"D I' U W ARK ON THE AT SHALL PD THE ENERCY SOURCE OR LINE 4 TWOCIN?IITCIIE METERI SHALL SOCKETMCANAPE BESINSTALLED NEEXINTOATHETC'CABINET CITANMAY BENLOCATA SIDE, T042COON FEET AWAY WITH HE SO o SAW CUT HALT/RASE 5 THE AT 1 1/4"CONDO'SHALL CONNECTE,T THE SOCKET ANOF D CT OR > E CABN ExISTINC ASPHALT HALT(MATCH ExISRNG ROT NO LESS THAN l SEPARATE[OUEPMENT-GROUNDINGT AND HCONDUCTORECONNECTED TO H THEE GROUNDED SERVICE CONDUCTOR(USUALLY THEELL BE NEORALR)HIF ANEW U ASPHALT S HECIIOSREFER ALSORlO SHEET 5 GENERPL NOTES ENTS. POUNDED "CE CONDUCTOR DIESNOT xISI THEN GROUND IN AN DONRING ,ME G[DI'HNEiMSPECIF CATIONSESIA LSHIN MIN. N 12 FOR A DIT pNPL PAVEMEM REO NOTE THROUGH ASGROUNDING ELECTRODESVSIEM EESTABLISHED A THE POIMDOF SERNCL INMSGMENJURIS t'NS THE GROUNDING OFETHE 4 FLOATING DOCK SECTION PND ROR J .x.rs. cDNTRAc HUL suL,H SECONDARY WRNO eETWEEN THE GT AND T E ETER sICKE. APPOMPAOxs N F Nu cwmE AND THE TOP of,HE Bu IT IGTH SHALL POSER LESS THAN SHALL SPECK THE REOU Rm BURIAL DOTH TO CONFIRM TO LOCAL REOU REMENT9.THE BURIAL ED BASE(BUSM N H Gln � ZO BASE COMPACTED e H FOR UHE METER.PROVIDING APPL CAT ONS THE CO IHE UND SHALL BE RESPONS RTL FORT RES GNAT NG THE T➢PAT ON F R TH[T _ T AND THE METERTERBASE AND NSTALLNGTE UNDERGROUND SQ2NCE MERAL N 9ERNCE TERRIIORES WHERL REOU REgENC PROVIDING THE METER DPS[TO CUSIOMCR WHERE REOU RED. U S O \ r / \ 4 WARNING MARKER 2 TYPICAL ELECTRICAL RACK DETAIL BACKHLL WITH ETTAV LE 48 52 I FAREED ELCCTRIGLL MATERIAL IN 8 LIFTSA E101N EP'DEP 1"D, I 44 45 x.i.5. Q AT LINE SELCAL PROCTOR DENSIrv.CIMPACT TO 111,s 11111H I IISISIIPll AND ANCHORS. AN.— #4 REBAR d (TYP) LAND SRC ILKHERI PVC GONDUIT w W Q Z J3 STIRRUPS FLOATING DOCK <Q 'nT33 �u 24"O.c. PID ON N � \\\ Z EI V wC CRETE SWITCHRA Ga d HE 3 DUCTBANK UNDER ASPHALT DETAIL AROUNu SLE RECEAVEY LEW DOCK PROVIDED IN aoA,INc WATER LEVEL R coLreR ITrwWNc�7� 4 4e sz a x.r.z. 4 TYPICAL GANGWAY CONNECTION DETAIL .„r.z. _ BAF 259 uxoi�w�m 44.45 DocuSign Envelope ID'.A8008A1E-BCD4-481D-9696-250194392C4B All MANINA I'll, 111AN,I'll M111 w/ AS o54J9Jr 9i:\ RESAkERS IEoTDeELL A Aa rwAESErran ME NA ECEL Ell �RSPMrrrT nDME ERunw rva wear m.Drvs N4 it NPE RAIN 1EC R. OEN-L IE.l R..F LOSE/CAS TENANCE ETs AND I AND cANN/N' s*alloaao crzrz.rz No.rz9 [Nii*rz[o PA'N11IDaossaruirz LIPPERB e ACAET pvoTi cTi.Ns of TUE LATEST EDnAN'iDN.E NEA.sDs'INEIRE PRDTEcnoI STANDARD PQEo9 .\ R COVER *1 AID NES.ANN NFP1 AE .a(B)frz1fA)CEw nodve S�� POL — AEEECTm IAEN Tu[ATACHMENT PTL,CAP iA INSERTED. LrveLDsuRE TUL�rvTLacrry or wweu is rva AL MAI ALI 3 4 WACCESSA VE HOUSING NFE LAIL rvc PART PIL11 lHC`PL THE MID"AT N,AN,T.PreoPOLED De Access T.T„ Q PLATE Es/Ts PoacuDRLO N -MOLDED LIED oLvcARB.NATE,PANTE W - SFH PA, 4 LED •,,.�s• SIDE VIEW w/ TOPLENIIIALL <ICISTINT VP oNs,ROCTm oE°RESi,°L°:B�cN�wECT�oN-MOLDED��sTEO Laa oRe A�aER ooRE .I SIDE VIEW SIDE VIEW HALF PIVOTED FOR 'Z ACCESS TO 250ANVTNlCPAD ED STI NlE­N- w ALL TERMINAL BLOCKEFFEC'S Es�cNED,O PREEN;;NEE°N°Rus°otiM Or wA,Ea aND OTBER�TCOALEMs m*O TBE N MuID AFTE T. tiaRDwARE.s"uL BE S,ANLE11 STEEL,11ILDID11 SECT E NTIM EFE 1 2,L GFFT NO ASSEMBLY SLALL BE A DEAD Ly�LADLE COMO FLY MANI—IIED LED FLAT A 1AILIALLED EPACT FLICIEIIENT 8­1 ADE ALSO sceEws'Pao oeo. S s E L ORCMANmL APMmDCELL 1HFLL eE IMSDNAE.�RONTSD SIH ND EAPDSSD S.AEONA DDM�ND DE DNS EDDT-mNRE AT s EET AND Nm�mEreELOE wnN DDA,Sre N<ADA,�DN. Mm�MDM Doc 21' a�s sD .sso-� w MA L- 112-111 AND/11 NEMA Ss-SDP eEOD�REMENTs AND ARE RATED EOR MENN r� TERM NAL aLDCA DDT a NE A-eECEN AN L, coag - III}a Q , ACCESBE LEEEN A oNOND F `sNdE,EGCAPR.wEA,BER REASA.CGRRGE�a-REB1s N,sAmLEs Ilii o x w E AND AT A M�N�MD v l'o .00wDwEC PRo4Ec*m BY A,BERMa<-MAGNn�c,wE aacu3 PIE SEA wT 'o IA00PFOEN1 AND ECONTED VE"CA ED FS F1,oND'HE 1111111 E ED E PANEL sEm�3 �— 11, e.rzs U E w/ MOUNTING BASENON META - - EV cuwD PE ALE DETAIL `N1 IFALL HIE AN ENaLOSOOE lH1�S SEATMEOPODDE­ETMEO. NOT TBE AnASIMENT PLD.IS NSERTE.. AM I ��� R SECTION L w"*P` RAL To,BE SOLD STATE EEC,R�C MON�T.R d `o V' R Co EL SLID IIALL A SAID F�NE 101- RADDANSIF 2ANDNTE MARSED AND TESTED T CONNO`o TC STAN�P eA 1,EAS,SOLD'AL E ELE ON To, "ALL ED ucAT �' u w ,OANSMS;�ON_ wOEEs;,OANSMs;�DN AA TMO�o-PA3T.uENRDOS�S Nm INALLY 11 mCSEASLS vnBEEss BEum m w ® wa couNTEB EwR- L," d s VFALIOMPLETELY F­1 PRE-SHED TR THE LEAR ARE DE THE DCPPEO T/R ILI CR IIDE=01 sepLL BE BmB-�TaE TEIMININNI LI TIE CIPI Ea 1 aePSBAD COPPER TB1w/MTw mo-,BOAT CABLE-ED EO IEIEPTAILEs ® /P STAREss AEE a/NOT°TPACIPBES EaND s Q o of IDE`;EaE"�AEATTO s To"T EscoPPEID 111 e�1 WALL BE MA BA coMP - RM�NAE AS CECIL �o SE o�D`EETE ° rEeE/e=,e n AMMDM vOamc su S,uLLBE/e`Sam-amOR io roasEooP"rEERiNCA_,O z o MAMMOM 1/1 Awc ANDa MAA NT NOT EEL suD wiTB A samLEss SEE CN AND F01 FNEAT FEED COMMDN�CAT�DMA °" AAND—TEreMNAL DLDCA LEAR NHALL NDT ExcESD 210 AMPEIAI 11 ,Cs/asDG,A DO a„/a RVAN < o N m �EC D < v T.ALL E­­�AeT<LDL P<mE eMALL BE­IN—<S 11 DE,ME INTeRRAL e011PMEN,RRDDNR. a � IAL 1/4 IF ITAINLE11 SIDE VIEW w/ TYPICAL WIRING DIAGRAM' INSDM15T BE PAAPT�ONED FROM ALL EECTRmE SNNF/OOMPONENTSABY AN NTE.RA •Aa, Ao�„PoAm�b a�Aa�,Ta,aA,mba,o� L RECEPTACLE DOOR OPEN RED(431 OR STAOOT ANALOG D�SPav Al AT TANT11NFLLY.1 LT�DELE PEDEETALI AND TOP REMOVED AT�E�N,EGRA TO LLD ,BE MONDOR. 'NELEE TRANSM�11IN MA TIND PAR,P VENDORS 1E NO seer 53 GE 7a 1 ELECTRIC POWER STATION 1EITONACC oIE/EBLE DRACETE coreD Orwx7Ac n% .R.Rs. EE,OF S,ANDARD S/S LD BAF 259 awom BOSE oR So EET OE SO AMPERE N-w�RE NOREP11E°E"s°o�roRD. mxon a u,m.T c ae s C•L g 11016 DOcuSign Envelope ID'.A8008A1E-BCD4-481D-9696-250194392C4B C°NvirAM 5 SwCEr DOCK PANEL"A"SCHEDULE DOCK PANEL"B"SCHEDULE DOCK PANEL"C"SCHEDULE Ni'NIAII-111 S1 w r°r �. °r 1 ° ,,, w - r Ip w, ,11"I IIAII v� , F o l I w � � y - Z ° r s: IIIA JA 11.11 11A�1 - 1 - ........ A � a a ^ r z ,�.E«r,r s �, «sur n a � — 2 rx 11 iWT ... ted r, ..._ c " 1 11 1III}} 412oWw U I- 0 y E U DOCK PANEL"D"SCHEDULE DOCK PANEL'11"SCHEDULE DOCK PANEL"L2"SCHEDULE IS —A- ^ ,c, C-11 12 VVII, NI IIA « ,.n ,16 >�� ra,r w - °°� - rvu «ou"o c,r�,r:-wa n ._IMIam "s.-'I o vn s VV"1 awe«o""� rw�e, -._-. _ c Ax n _ 11 VA - rk°.r rr:: i ti rwH rE,,� ° �° °".,-°°tet.° °c"«:, 111.mo d -1-11I L-1 - - - "�`� j a� - - w L - m �a d o oo r IIIA A 111A �s o z 1 �,. 11 a { , I,E11 !E f v f„ 4v, n s NIA o SeEEr 54 or 70 BAF 259 mxonau,m.�cw s L7g 11016 DocSSigS Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B DOCK'A'CABLEXON DUIT SCHEDULE DOCK'B'CABLEICONDUIT SCHEDULE DESTINATION DESTINATION NO. SIZE FROM TO WIRE SIZE REMARKS NO. SIZE FROM TO WIRE SIZE REMARKS 101 PANELA SLIP Al 3/C#3/0,W/GND IPEW CABLEnodvv ti 20t PANEL B SLIP Bt 3/C#4,W/GNB NBE W CARIE 02 ELA SLIP A? 3/C#4 W/GNB E W CABLE 202 AD0,CAK PANEL B SLIP 83,06 31G#4 WIGND TYBE W CABLE 103 ACEWA PANELA SLIPA3,A5 3/CIAO,W/CND IPE W CABLE 203 ACEWA PANELS SLIP 87 09 31C#4 WIGND TYPE W CABLE Z_ too PANEL SLIP AZAs 3rc#vo,wlcND TYPE CABLE 2. AcewA ¢ s ED _ E, los VELA BUPA4 As 31C#3 W/GNB —W CABLE PNELB BLIP 316,B1� a/C#a wioND EwCABLE _ ZADOCK & 108 PANELA SLIP AS,AIL 3IC#3 W/GND IPEW CABLE 2W PANELS SLIP BIS,B21 3—WIGND NPE W GABLE U' Z 107 PNELA SLIP Al2,14 3/C#3 WIGND IRE CABLE 20] PANEL. SLIP 823,25 3-10NGND TYPE W UBLE w 108 PNELA SLIP A16 Ata 3/C#3 WIGND ttPEW CABLE 2. NEL. SLIP B2,29 31C#3 WIGND TYPE W CABLE 10R WS K 2LB PANEL A SLIP ASO A22 —1—ND —W CABLE wA 1'IO rENGE 21A PANELA SLIP A24.28 21.2WIGND IPE W CABLE PANEL B BLIP B36,BSI 31—-GN. E W CABLE EL A SLIP A28 A30 112 PANELA SLIP A32.A34 3/C#2-.1B IPE W CABLE 212 PANEL B SLIP 843,45 31C#4 WIGND TYPE W CABLE K BE 213 ACEWA PANEL. SLIP 8404] 31C#2 WIGND TYPE W CABLE m U t13 PANELA SLIP A.AA 3IC#1W/GNB TYPE CABLE S III 114 N /c#4 PANEL SLIP A4B 3wrGNB IPE W CABLE R- 215 - pgNEL B SLIP B4,B6 3IC#3 W/GND E W CABLE o SII k w 118 PANELA SEWER PUMP 3IC#12 W/GND IPEW CABLE PANEL S SLIP B8 B10 3-1 WIGND IPE W CAMPE EWAY t PANEL SECURII PANEL 2/C#10 W/GNB PE W CABLE 216] PANEL. SLIP B12,B14 31GiV2 WIGND NDE W CABLE G c 6 E 117 R 210A,LCAK NEL. SLIP B16,013 31U3 WIGND TYPE W CABLE U — ,EWA, PANEL. SLIP E20 BA2 —-GND TYPE W CABLE PANEL B BLIP 324,326 31-3-GND E w CABLE rn 222 PANEL B SLIP B32,B34 31—WIGND TYPE W CABLE 223 NEL B SLIP BW 036 31U1 WIGND TYPE W CABLE 3j 2. E�WAP�ANPL. SEWER PJM� TYPE W CABLE ELL S 221 EWAY B, PANELS 3ECURI LY PANEL 2/C#12 W/GND E W CABLE Q 2. J d � Q S Z U Q V � Q Z O � a U SHEET 55 E 70 BAF 259 mxonau,m.�cw s L7g 11016 D,,,S,gn E...I,psID.A8008A7E-BCD4-487D-9696-250794392C4B DOCK'C'CABLEICONDUIT SCHEDULE DOCK'D'CABLE/CONDUIT SCHEDULE oaa°°YA°' DESTINATION DESTINATION NO. SIZE FROM TO WIRE SIZE REMARKS NO. SIZE FROM TO WIRE SIZE REMARKS 301 PANELC SLIP Cl 3IC#4,W/GNp TYPE W GABLE node° u 402 CIA D"AN PANELS SLIP D3,D5 31—W—D TYPE W CABLE 303 PANELC SLIP C],CB 3AC2 WIGND TYPE CABLE 304 PANEL C SLIP G11,C13 3IG#3 W—D TYPE W GABLE _ A 1- Z 305 PANELC SLIPC15.C17 I'—WACND TYPEW GABLE W - W - PANEL 0 SLIP D19 D21 IPB W CABLE _ Z 306 PANELC SLIP C19,C21 3/c#3 w/GND TYPE W CABLE 307 PANEL C SLIP C23.C25 310.WAC-ND TYPE W CABLE 407 N PANELD SLIP D23 D25 S—— IPE W CABLE Z W os 308 PADO�CAK, PANEL� SLIP C27 121 11CBC W—D IPE W CABLE PA,E.A, ELD SLIP D27 D29 a1C.Wla6o IPFw CABLE s_ 409PANEL D SLIP D31,D33 1-1 WICIND TYPE W CABLE 310 PANELC SLIP C35,140 3IC#1 W/CND TYPE W GABLE PAC—Al PANELD SLIP D30 D35 —— IPF W CABLE 411 CIA D"A 311 PANEL C SLIP C2 31C.W—D TYPE W CABLE EA PANEL D SLIP D2,D4 310#1 WICIND TYPE W CABLE m 312 PANELC SLIP C4 C6 3IC#3 W/GND TYPE W CABLE 2 PANEL D SLIP D6 DB 3/C4Y0 WIGND TYPE W GABLE BE PANEL D SLIP D10,D12 3/0#310 W/GND TYPE W CABLE BE 313 PANEL C SLIP CS,G10 31-WASID TYPE W GABLE $ _ 414 PANELD SLIP D14 D15 3-0 WGND TYPE W CABLE N, 314 PANELC SLIP C12.C14 31C.W/GND TYPE W CABLE415 PANEL 0 SLIP DlA 31-0 WGND TYPE W CABLE III}R Q Illi p W w 315 PANELC SLIP c16 C16 3/c.w/cNo TYPE w CABLE s PANEL D SLIP D22 D24 31-0 W SND TIDE W CABLE 316 PANELC SLIP C20,C22 311#3 W/END TYPE W CABLEDoK PA, y, 41] PANEL D SLIP D26,D2S 3-0 W/GND TYPE W CABLE O 317 PANELC SLIP G24,026 3IC#3 WASID TYPEW GABLE E PANELD SEWER PUMP 3/C#12 WIGND TYPEW CABLE U 419 '0 PANELD SEAPBII PANEL —12— TYPE W CABLE 318 PANELC SLIP 032 C34 SIC.W/CND TYPE.CABLE 320 PANEL C SLIP C36.CIS 310#1 W—D TYPE W CABLE 321 PD"K PANEL� EEWEN PUMP 11-12-3N. IPB W CABLEM PA A 322 CEWAY,1 PANELC SECU—PANEL —10 WIGND IPE W CABLE O V N 323 Eli S Q � N j d � Q S Z U 11 L' Q V � Q Z O B a U SeEET 56 E 70 BAF 259 mxonau,m.�cw s L7g 11016 DOCLSign Envelope ID'.A8008A1E-BCD4-481D-9696-250194392C4B DOCK'L'CABLEICONDUIT SCHEDULE SERVICE CABLEICONDUITS SCHEDULE DESTINATION DESTINATION oaaa°Yn'� SIZE FROM TO. WIRESIZE GND REMARKS \ NO. SIZE FROM TO WIRE SIZE REMARKS NOAV AF, IADEL aUl—SECLONALZER Ul—T-SFO-El TI INIARI CONDUCTORS SV LnLtt PANEL 11 SLIP FS L3 — CCNFHT 111—IN,,C, 2 111 IT111 TPAN-1— A \1 c t a (3/5' E(31 G'G a0J KCMIL nodve W/GND t to cCCNFllT FPPDSl IN NUNI 1 121 a" AWI III-NGMIL Z rns.. S a�C<aKCN�L W _ w Z .I a c q),T A.,S(aao SAWL z (C)I DISCONNECT DOCK C IINEL C (mIDS 1—IN CONDUIT&Q—FEENCI wC Poo KCnnIL w W/GND (3) U„Ln,RANCFURIERT DISCONNECT DDCKD EA W,(3)IKAKCML 2/D FLIPOUGNI—INGCABINETAl2 11F�CASIP 12 g mss, IS�KCM�L E w CAEIP PANELL, SLPL,z L,a yCot w/GND E w CAEIP IN LUCK AND CONDD�T rn<- w,�<aaDKCMIL T T z,ac m,.. EmwG Poo KUrnIL w w/cND Ill 11F W CASIP 11 (1) 1-1 TAANSIFR.SR TA NIIC.NNPCT UFCK L DA W,(1)Pao SAWL Illi p , (a(a' cw am v�o (m IS nG.KcmIL DID0 E PANEL UI SLIP L.- 11E W CANLE PANEL L2 SLIP L.,- SKID.-ND 11EW LADLE p 11F�CAEIP � O V r/ ILL S Q � j a o Q S Z U Q V � Q Z O � a U SHEET 57 0l 70 BAF 259 mxonwu,m.�cw s L7g 11016 •D,IS,91 E11.1opsID.A8008A7E-BCD4-487D-9696-250794392C4B CAYSOLGM'S cxm Pfl]Yf!M.1]1J1.C1.00 LEGEND " TABLE Are °—�xµ x6ss6x II"•' 3e x.� x�xm rn $ nx'v mux wxrxaEx 4ti '5;M - rw � s ann�xc mxr IxE o<xotx z °p �xxx=EDGENERAL NOTES: ° „ p ° Z =° W E.P°x REFLECTORIZED DRUMS AT FLASHING ARROW BOARD/ ”'°"'" ""°°"g° "°""" °" m£_ PORTABLE CHANGEABLE MESSAGE SIGN LOCATION ,„Ern„„„Kp„ „� rnx xe«E.roar ems rd�o mE.M x m 11-1=� °” rn`csII1)"'°” ,E R�oxslxrnllox n °@.,xlr.xr>°ns�im Asa. concis rox rx.r rxss. °H eLL x u x vl - xn x xx = anxx ro�xnMr FTT R are. OF 1 s v TABLE B ATMsaFuuu a ® WW X Uro lea p 1v -lav y £ F- gW U _ o c-vrs � 1,J p m U !n TABLE C ° z z a w N w J a O z �w z z� it o 0 Q U Z Q Im U ssv U 3 � � a r us 70 SWE! 58°! ro ses - -. RECORD Oft1xEIC!A.... BAF 259 � CIIY flx]YC!/_11018 =DOcIS,91 EnvelopeID.A8008A7E-BCD4-487D-9696-250794392C4B 7 /a' r' ( ri%'i;'6"-' /,. / �// //f '✓ / / /%„ roNSULrAM 5 SUCEi ca / r >/ I PosED EES Ere � � r 1, %/ a,A e r ///� � I <. I //.. � / / .,,✓/ / REreaE EaroDwN akaER - /� ,oma, / 1(�i/ii� a 1 ,d .. y. , . % Z PreoPosEo aa�oEre �,,,,..i: � �1 -� ;„�, //i,/. �� p � o✓�/ ,�,, � //r r ? ccI r„r V%N1ftlIM'I'Qi' l� w "DNE 2f, PE Frere c<oE. „ ` +/7 '. rs,.,., //jv Lu 6( ///� / a / /iRY si o PeoP r.;irat M(I a✓h ���iwsu /ci > �� r r, 1 �DEs a:.. %� €;;'@@f ��"' i`i V✓T:fI% ,; �'` IHAa ;', ri 'k,.v�, r, )'fl�('9 ry.. / ti a,. r ion' �� / A /( qy� a 4,,;m .1u1! -. r i / . „r, Raj)Y r, r l ;>< ��II ll4zrurr :.�9`"I I ��m� ,oi✓i `�/ /.f / //. �I D-1 --Eiiipu r/ /i, ��urn�(ren ,rl / '0', G���/,,,, GO ro%l`; / ,� a«E 1E. D m 5 aEE ��/iiii l/r A �%ij/U E 5.,Il�uuu GO v DP E �,, i// 11 i o reen EEs.�Ere ns x36a �— / I/I%//0/1%/x'� (J/ �✓� // rir/ � � o rUC, y/ P �� ai y /.. a� aw npy +� �� R, marc � i t12/ N OJoa s 0 m o I o /// IbVr/of,✓ cRnPRlc scnLL U ,ao / / V r BOE FOR EAST a r AVN N a 00 �. NOTES. A / � , / / A FLA SEE SHALL RE PROVIDED ON / OF THE TTI BO SIDES OF E CONS RUC ON I T v a AREA UURNG EMPORAR LANE w Il�� aosuREs. 2. MAINTAIN A MINIMUM WIDE TRAVEL LA E AT ALL ANE CLosu REs Es ouRlNc TEMPORARY rI�J/� 3 A FLAGGER MUST BE IN PLACE ON 6oTN SIDES of THE CONSTRUCTION z �:' � %/%/;//,� .I(I / ;I I; AREA DURING LANE CLOSURE. o BAF 259 . cnPreo.Ec,aE,o�s =DocIS,91 Envel ope ID A8008A7E-BCD4-487D-9696-250794392C4B END rearcc,no t I//I� }IIIAI((Ufft !!1 a ..j�/rrr�����RK 20N EE s ��uuua ura r ..,.. / � PR6POxE6�°NE.a° �6aE6 �I .. _ ROAD ����..._.u, oaxE°°a��s l e oNE , ,rPE a«R�oE"1111111l11rlY r�� f��o ��� ,w0 r�r,.PE SIOEWIL( ✓/�, l//;:s / // ,A;+4. LAweENCE sT. ��f�/'�rl;'r:. /„'i% /�/,i ./%/ i /. /7y�,,;i „: r^fi71p ,,,,,,,i'h�/; 2 Z / Mc1,r Al(as-sI ,Dore(n regia � ,'� E?a /A „18i / r;;ry // 3 E t i i�/��it/� SOEWUK ,,. / EE /i ,AG.IC��A✓..�,,, /fr r / r6,-9r i r✓r I TRAFFIC CONTROL SHOULDER WORK sr<EE N,T 1, ® Z m k >/ r a f t /i rn r r / / a r„ / x / /r t t r f ) I ✓ �/ r�/�;/J �s,�s �,�i, iiia / � oi�!/�//l,✓i, ,e„s ,,,/iif�� i a LAwBENCE ST, ,r ������,� ROAO f.. ,arGr/�� i I '✓ ”, '10111111112 „ ... ,,; �, 7 „c ,,,;,,,r,,, s ,” /.% T-H[AD /';r „�/��..,. _ Ow of r/r/x, � /ii✓//// �,,,, ,,,,/%%�/rl���/ cr I— �� //r �/1S, !/ ri r/�l/,/1✓ ,.Il lri% � -.���I �. // °- af ��/// l,✓ ��i/�i, r ! l���r //;1r 1 I� 9�/��iiii/ _ o TRAFFIC CONTROL _ PHASE 1A > JFt s—.rv-. ,, I r ✓ ;,,//r, .: "9,�,h, >'ui�.<:,,�Ir,rr,,,....r ,,,,,, M ,., .....,. �1 �UII � �r% � ... ,/ � u .� 1:. luru�/, >l A r/f///i� ��%,,,,/ :,..r, r.✓�.. 1`� .. ,r./� „s„z .. ,, �� ,�sw� � r�r ;. f[fF�,� .;.. ';<s.. �� ✓ i I 1 U_ r�r � roE �R�E ✓i ::Jf �l,/,c ;A,,,,' nr, ��,x //r/rir o„ /%i/ai,, -�_,u...�/// /;;';�<-�oR � -T�, �1DI//1L.( � �, ra����� o v� s0.r�///!/ ',,,� � //)✓ r n„� �r T ._.,.. ;;'� v�+r d 1 // o rr L.. /l/ ,, r r .r �", G +ir„ ;, � ����/���'.�/r��f / r.,: t- i +N�,�✓,// �'1��, ��� >M, ,, �� r � %� /!/I I "r r r L�✓, t ° a w „//" �r rtt; n p/�%/. �,-.� ,,. 1,ra�x/�„V.� � „r Iz c.,.. 1 vi„r ,r s,,. /i`r/;✓ /�/r// ,o�,„ r�„d �„x, ;� :;,< ,; Q� r ROADIle ST. /i/I ✓,/i/%/i� y rR�r_> % / T HEAD / r 4, z / / ✓ //�i4✓/d"I'”Vii/ rr r° / / A, r r r ly w d TRAFFIC CONTROL — MATERIAL LAYDOWN AREA j/ v w� f� LawHE4 11-IDE NCE ST. o HEAD so ,0o 200 � 60 cBAPHI °SCALE Z -' TRAFFIC CONTROL PHASE 1B BA 259 srxc:N,,.s. CII P Cl 8_2,026 =D,IS,91 EnvelOpeID.A8008A7E-BCD4-487D-9696-250794392C4B cc l r l �. � PkaJEC No.939J C.aa v� Y r � � I IIS JJJ 4IJ�D,, �eeee /i A � e 1 ✓✓ i LA r I u � i I u IIIIJI ✓ ✓ III1 I r � r f l iii I r�rrir ✓ L �� i i 1 r l ii w r r 6 � � z ✓✓ (,� i r il0 4 0 l ��(( Creno e i �,� � r✓ �,, L ., . IIII ✓ i f �r u ✓fir i �, , r / � ✓ � 1, � � � �o Ill � / ✓/ � � r i, i ✓ / /✓✓�i � i , � � �� o /i�iii i /l ✓✓,i � � �..�. / ....... ROAD .<.,. i c/.. u � �. ....., .. vo r,., ✓G/i/ / ✓ it ,� / � .. - � .wa , ,.�,,,,;,,, ,,, ,,�,.,,. —EE�»,aeE E/, ✓ /���i � � I ROAD ..,,.,.,,. // ,... ✓, i� ,� � ✓ .... ,,,,,,,,,,,,, iii ./ /.,. / ,,,(„ ii. i,i✓�✓✓/✓//, i �.: � I... alis ,.. ,. � .. ,. ii,,,, .... !, ✓ -,G,������ � � �., � / re,-si .r,m+s�jll, �� ,.:.. CLOSED✓/ � L�//l/ i�. "„ ,1/ ✓�/�.,�i i,/✓v .��m gym, �/✓l � "l �// W ...r. ;:.: �. ,i✓ i 7, ��/�i.�/„i,,.,✓�.,, :, � ✓ l�i„�' s, i ,a /.11 we xb�� ,... � s..Y, _ a,, / i � ✓ / �fA/L�,. i <r, ,,,,,<,� 1L _.m'”✓�/�//,/-/1i�✓i�.✓,rl,�✓i�i,,l/, ,,,,;/�/�l� �„,,�.�.,,/�.,/.��/✓, 1E�Y-�,„„,,,a�!t✓i:”- mE 7m pp' � ui,, n i�,„ �,,',;�7��17<GX,5,✓9,// � ;,,;,;- ,,,,, ,r�.,e,✓/„��, L,:lWll/i/ut,,,. ..ii i �i�r�� , x I iii /l .✓/,,, � / ( .�:., ;, ;,,.,;i,. ,l�wi/'.i ,/ , � ...a 1/,,.. ,,�,... ,. �Ee,ee�..�✓iii✓✓��%/✓%��/�� v� v IllUIGiUU� �l�✓/.✓��/ r„Li it r ✓ ✓i „� ,,, a ,1i ��„✓/� ✓��� � ;:,, v JA��„;, r i r ,. � ,, �/✓ � � ����✓// {,✓�/ �%��rj0�” e ? ;; ,/e;:. �.;r,A 5,a s,,,,,,,, i „% Jnr s„�.. ,,, ;, ,:,i sl v ,,;, worn�E a,�ree<esa f���s%,„ v� t, �e�. i- .�✓ �/ „sir ,r/, .., i/i.. :✓, r, .i� ss�ss --� i ,�,. ,,,ii �iL�L ;iia,,�, i✓ _ .. � ✓i,�,.,/// i✓. /,/i, .,///ii e�„' „ , -� _ l ,, �, a �Malo e.o. ,,,; ;, lir✓//�... ��/// ,.,,rii /� /, %��. ,,,,i sre/%lA.v,... % ,iG,ae,�oi� ,,, ,..we s,Yes :"a�aeeaess ;�/✓✓ �✓/, �/✓//�r/„ � ✓ i✓; s f/ii ,,,i. _ �.��fir, ,,, �.I ,,.. '",,,.,,�;,„ ,. ,,,„/iii A%”- �„ .,..i _,� /i .:.,, .,✓,/iiia✓�/ ✓✓✓✓,✓✓� o � i A-i � � u.✓ i ////ii,���i ,.r< r�r� � w„ ,,,,ill✓1!�, ,,�,„ ✓�✓�Ariz,;,. �,... � / �,,i i✓�/i✓��ii/r//✓✓ ��i,. fyt � �.y Epi ��;,�� o' „,,,,” �":%//�✓�� ,;f;3s��„-�///,%, r„��r/,,;hli, ,�., ammx �� ;�y ar R�r ✓%�✓�✓/L/✓�%j �✓ E ilii �'.,, [i � �i � ,i,.. ,i,; ,,,w,a/r �/�' � � � ���✓✓ �,/a � ,". j J ,a F ///✓���I � _ i i,,a�, rO`„ du.a //✓' a,,,, Asrr,,.. '/ t7/,,; r, ✓ � �,,...;: /// �i,, ✓; �/,r�lY �, �a, of , Ee ee ✓i//✓✓i�i��%//�✓��� � i/ ,i i �, ✓ ;� i;,..n// ,,,, ////%,,,,.iej ✓/�I✓U%i, �"'` �,�aa3 s> �, sno „s e°e ,._ A�„✓ ✓ ✓�i ✓/r,�i. 0 � i i- �i ✓r✓,l' i✓ .,/�� ia. o r.w,.. ,,,1��/ i/.�sass� +L ,,,,;, �h,;,e.,. ��✓,/��✓/!✓ii�s%�i o :<,,,,, ,,,; r �/,,..✓� ,✓✓.:3 ✓,Y,, �/ ,,,,,�..;rq„✓i�io/ - w�N ,.,.."ia� l/ ;,, a s .i,,,. � Oo �///Av/ Ai//r.,.✓✓/ir� L rr � ✓✓i � ✓„� ,i�„ � % iii r„✓ �, �r� �k�; ;;.; ✓ ��/�,/� „Irk �, � ii,,,,,,_ �✓!i�✓i%�F✓�!, ,rr„„/ i I ✓✓..!✓r � �� ti��� „r, ;�i ;iiA% / i� � / i„ ��, ,,,, w. �.s; iii c�j/��✓i✓�!�/i Gi i-: I ✓ ✓ ✓ /i n„ ���a��///,,,., 41-s,i / / ✓gra/////t ��;; �//✓ l% I✓�li/ /, ✓,, '� � �/; i����.is ✓✓✓ � i/,: �/�///�✓✓. e� ,<�Jl//” �1✓�iia//���/�✓i���✓✓✓/✓ i ✓� G i✓ irriii/ ✓/lii �� �� eR r ✓ i r �i/ y .1NCEs1 r-HEAD / iii �/„ X ,W �Ee e ✓�/ //�✓/i/�// �� as N „/. �/i✓//%/✓/i✓✓ ��J� ,,, y�y :,�,,, ,�'i�/i/i% /✓i//✓�✓i✓/✓✓�. /✓A /�// r/ i%i✓l��%✓i o iR;i/ :/,i✓ ✓//�/ � � r _ '%, ,,<i,i,,,,,,i�,�, ✓✓✓;//✓ i// �' /. lj iii/ia//�/✓ ✓i///✓fir,/✓/✓ o< /�i/ai/ei�/✓✓%✓1 � �.i✓ %ia�i,, ✓✓ iiijy ii a�A/Galr✓�✓/✓�,�i✓✓/✓�i!i✓L.,-;�,G� zd tseme�e� ✓o �s - � I _ Qr rr TRAFFIC CONTROL z > a� 0 � ow 4_Z �Q 50 loo o=�Al GRAPHICSCALE oa' ze D0cu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B 12 fi f 91l o n 1 ..o JII - i CD 'rs ". n��. TYPICAL 6"CURB&GUTTER DETAIL 4"CURB&GUTTER DETAIL 6"REVERSE CURB&GUTTER DETAIL TYPE*A*HEADER CURB DETAIL w gua i 74 n _ y 1 w a � CAP DETAIL CAP �( NEW CONCETO NEW CONC. NEW CONCETO EXIST`CONC. 5'VALLEYJGUTTER DETAIL "'-°C" A... p p c TYPE B HEADER CURB DETAIL A'11 11 111 1-11 Al Ill- w v y 7.P f - u w PLAN \ CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK SIDEWALK DRAIN - - Ho, t z 1 t NEW TO EXISTING SURFACE&SIDEWALK SLOPE BEHIND CURB SIDEWALK TIE-IN DETAIL SECTION B-B \ i :a�� o BAF 259 III .�.:'II:r e cmvreaccrp zmze Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B Y WATEROISTRIBL/T/ONSYSTEMGENERAL NOTES SEPARATIONOFWATERANO WASTEWATER LIMES UNPAYBOARBAB wII---P-A--Y--B-D--A--R--6A8 mA «k"u3e 11 G E £ E l ,Q No f y��Ses E" Y'CE 5 f FITI P U£ C s E a . o10 u ____r,tb a•sa ". nsnse wt a11. e :ry r rry Au Gnu,a" rvarznvc -_ S G' ED 5Y5 E.vrCE 1!/ m Y y 11 nc t .1- 111 s rc c 111 Alc c < n t 1-1 A.c1 c o ru s Ic .. sco s ' ] 7' Z s xs n rr�sr A. o cs £nes GrG em ec Aco n: .'SA rue ri g� yy Z o eY>D i 4 2 a^8 S y s e rAvm rLutza sF �.�ree re m,,tre w y Z a€ ...uas All WAIII 111--1 TS 11 111 1-1 1 _. � r, aI 1, 111 11"IAlIll IIIAIT, l"S A" A,1 I "Ill y� / rzuo rs er. Ef y aw„ 1A rus m u Mcg G c c ore.o rte E w twee msaec _ '— -- — re. s ecru wa.aio.eoa Iwo rya e r - .w� 1AII All 11-1 All ICAl 1111 11 111 I'll 1 1111 IAIIIIIII'"All All o„= ITT _ WATERL/NEM/N/MUM COYERREOU/REMENTS p� N s4uu cNc�se y A aAkc raps on ora„on, 'o). ERAS o�nE�� �o s „eruGwo e,tro A�n7A of yyy,.✓ x 0o nEcr s y IS Ill IS 11 11 11 IS( t a. ( ) TYP,P/PE TRENCH/NG BEOO/NGANO6 oNm j N c .r. 11 111 ITRIIT a n,mw,oM nr >ew f,dpp�, X m nrwc. o rt a:Af a of rn s snit or ..l 11,of�ovER AT All ao ll o mr ma r e.e oe o✓oars ou BACRF/LL FORWATERL/NE "'�'010�U I— LLL �. Noioa�w o ""'"ora _ �o rm nNin wE conmAc ore r ttMrr. o vsne tsa t o r mo meR- E comRaa warn omi m IT ec wo Mico eROR,v s we��srccr E 11 111 n ..A-,-.1 1.11 1E -1 m. GENERAL NOTESFORBACRF/LL V 3_ rR[z>>� rae`e' iffiLLx TITIll-IIIII All—IT 111 .11-111 11— eEooiuc as wcin �rarnrraF avvl E All rvrmcs w aar ro i. I-n nw,w aan Sr WR E,.cac II,III,wnnR onsroN ENc UNPAVEDAREAS PAVED AREAS 14 All All'e ec nuc'lve asstM oc e'o A'r oma He allo.wrmc uao-rm»av caysn or Me oc�oxwrvc Fl are w IIIII All 1111 A Al'AT TS s ITIAl, IIAIU IIIA 11 raaI, oa ut, + crouowa+s. rear swu verr�e 11 11111AC”' 111111TATI Ill IAIIR 1-11 A.1111 All A-1-CITI—I 11 Rouan I vRio or E srsrc wrltN1111r III Al.nage�eore o M+x �o ac Pua nu s earunu Q 11 111TITI 11"All"I'll 11 111 omsoe ~ =1`4'17=r n u r snt J. a - tc 1111 All 111IT111 1TVII A-111-G All-1 11 10- 11 All III R IS s 1 eE wsrA cEG so ITAr RmE mEnlrmca rro rcWS ARE cocl�Fo on nS . pWs a-'p" "°JNA' LL rG ni_ +c do s - "IN—1 AT All senvIce Roao adze a ll— vav 11—11 oc ane vent Gu wsrGc merea,miwwevu. <unrcn movt mil�u Ha ro.o vAx rormv✓t amu rusE Q vm't . .0 "SPECI'll T, w aF au /AL roar1.s TNG Ill RS.0011-me uriurr izEr+ARrmrur ,. o o.o et aw�o o PA rc o 0 Fou waren n r nrscr✓coounuwnom. _ < " To � �mo NA,a oa as the asm,eau taut N w e°A�ac.`5sie°o aro r01` 3zzi'Mo�s,utc ro o SwEEi..63 or_.70. BAF 259 21026 Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B -rvxmror, nR£ YAR t5 ,� civ Sw e PR 434 mw o. o= „EA rz _ a- o. m � z va. �naM o,„ more+�',�� a6,na," EXTENS/ONOETA/L w ash F, www ..... u o P/RE NYORANTA5SFA0Wf YOETA/L/TYPE>/ 6 o w Noy,o scue °' 4' dNN, VAL[1EBOXDETA/L VAL YEBOXOETA/L F.., ' � E 9RAYEIVENT ®NATURAL GROUNO .�d H.,m cao�,o cre.os P/CKNOTCH IlAl I All 111111ee sc,o PRorusm N � .+o.,o ro.......... -a"` ' i r -� z �R ----------------------- Pacvmn,,wr L/DOETA/L a swccr 64 or 70 F/RENYORANTASSEMBL YOETA/L/TYPE2/ wane urvc ecrvieo cues F/REN3'ORANTA.SSEd9OL Y0ETA/L/TYPE2/ BAF 259 d 21026 D0cu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B aant'v enmr� .,..xrrn ixeaa rswc - umr racxxvc nwc � PR 434 cnswc vrW CASING SPACERS ERS_ %' r�rewrre oxr c rw of rw Mu orM. f e s u"Mrre;i�worer' "„ n;rrw "r"was r;M�� wo'rrcu„ e M,rcM. _- �j ���C4 0 TM r�rn: ate.,,a 9F Mak. .r„rea 1111 11 All P/PE/NSl/LAT/ONOETA/L w c wares s a Fra rvw c _ red WA TERL✓NEAO✓!/STi79ENTOETA/L Z 2 'as LU gF ret w E ��o oat �0 &a crac r„a�.r���a ro r„ore^rrer ki a a�aa,� ar rata are I w4r � � �.a INSOLAMR SPAC/NOOETA/L :w. red=,o�r ra. o„= —ems L -- p in TYPICAL CASINOOETAIL v �dpp, Nott iavn cwe .rosvxc<- > E "I A-111TYPICAL 91W I1EINSTALLATION U THREE TO SIX WA TER CONNECTIONS ArINTERSECTIOWS rrrerr.rreow o crrrn-r u1M .._r ore..re.rr><rr r�oow o � re�r tore saw rr � ---------------------------- m r µ avwre, Q =� ss z 1111 Al Q 0 a,ra ,rn r �. All u: I, , IAI I All 1A11, a 70 SwEEr 65 � DETAIL-A,• ”"`'"w"'""° 1.11 1—`•' DETAIL B” rwas.ger.ar,u,.Mw_re.�s.,rs DETAIL C^ cored orenwwc ra. TESTR/SERASSEMOLYCONNECT/ON TESTRISERASSEMOLY TESTRISERASSEMOL Y BAF 259 xeu.nu. erre. n +urc 1-1a<, rnv vreocrcr p 21026 D0cu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B IA ro[warn z x'� rr cuap avo crmta ._ w�. mi w N v'3i 00 u i / n (trrzxast wr o�t rrnt'u J aewry arvc eex /.. 'i r cawu cure r " u v K _ Q Ca Po rrory 5ro � vtE uEaEa uaeK ae <i �Z \� T raou rvors Zcurnt BaavCu vacK asSEUBtr w o / (Erre csE min PorvEinrtE'rvE) ��\� � "a W tlnY ' oNa r _ cF sacre,�rewassirs.,crrz� °'' BRASS'7Y"OETW& MARKERLOCAT/ON 6E� w gF t sc om rvc v vcc �" -cmc accc sons sa.co,w�E murmc w+ 0 6� Z ......... s vawe� pRE-.9ETSER(OCEL/NEMARKEROETA/LS 3w Z SERIOCE{Y/TNS/OEl4'ALK eavrce ree � vawrovwnmv nr,,o tior ro soa�F .w� �z"I TYP/CAL CUL " OE-SAC SER/OCE o 6= " r,wx aM,r,mF 1 ��E SERV/CEL/NEMATER/ALS a��rvry rs� �' merve ov wse x „ cnvNere � A-- .... .c�.sas ofex :tr liv7111i; esg�,.ae o w.ac ,ma�w ho Pa dNN U�o as wowzomru / / 0. 111 11111o a / c ce�ss ........ o / i E sarsm sr /eaorvzc �.... 0 t t'.I A' 'I A,tom.a�.�1 .rrrsee ewwrse �' arca«arry- c rry warm Maw <,m rn>..„v r„c ramr rvccre rvv rvc e si.-marc>.oma,. °ar us v U n arvm Zw�re r Mai SERF//CE{Y/TNOUTS/DEiYALK yp.er. agavrca coovumc iar en,easi �,ro swan .ro Mvrr,raa s aers srea.a rea sarsvw ara rev. .o�wwco ar a.r rvncxs-si. m r �.d.re r,a.er ave womwesrrorv. „gym 1 z ar= TYPICAL CONNECT/ONOETA/L1­All / mer ro w.re -� a w.wa.ecce vvawvrsvc ww,.�rco m c. o reruns. u u rou c w K r�J/F//,ftw/hy m \ vrvr fccua rnruc, w ........ -i ..." z rwore'an cmrz' ore . I=aoorvwrrr rce tn+ncar4 rr t tcrv:.as rn I s u v�cca�� re wee �� vaveucry d ''wo roar-aFuainrr srnr-� v/mss Zana rramzoura� out cw) `�( mevc )a ✓ rue —_ w wrEp uam—• - C/'dr �r 1y c'cu vs cnu.v�rt U O SERIOCE{Y/THS/OE{YALKT/ED TO CURB � o or 5u[wAcrt SWEET 66 0 r ry a �' roav rrr,rry wo,r,n.r. ca �a"ri'cF�mpsc°c`v�^^ " r „c�a ev.r a we n 1om-" 70.. All ru,.­, as r:tcmaew ROLLAROOETA/L cereo orenwwc ra. �cK mere'w eo:snrrea ec'awae ecw a MP/CAL CONNECT/ONOETA/L BAF 259 mo,ro swE cz p z 1026 r.rr�>�r.rr�.ar.r°m��tt rorr,o-r nrv,mrw+rrrvara naxraarr.r�ms�,�.v°r�,a...°�r.rr>3-�,.arrm X DOcuSgn Envelope III A8008A7E-BCD4-48]D-9696-250]94392C4B �vvnv�o 7' uv,ai o -I- vnuP:p roN 111NIS 1wljl '�mv v 0.439 .aa Dx E - �o .. ars .z' Nc 11 a MN III_ANll-N111.1.1 NHOLE REQIIIREMFNTS r "\ ON ICTI C.11111—111 a rN om MINT ,v<oasl zI N`TOOc l = ,mrN o,�,rN T as oaN.l -�•: ti� zz fin,• s Ac f ;, c AaaRoveo coA7•INce;.A.1 e <P e a z V - 'MSN , Ill - 01 0 U 1.11 ,� m \� IT ,��ILIE — y �0�TON`117z ,, ..,N. .�„ w 1 A111 I IE 4 wIII a vt, N l ? I CI o � A � w v .l 1AY 11— V �a, w VAS ill l l AA J 1� N nr Tv FNINNI 000 N , o l -: Nay Mo,lzk=a_TM 6Ra ol,uMti �Qe ° N Tn+2 _.. n , w FIBERGLASS MANHOLE CONCRETE MANHOLE aw wIOLAI Tu—11 NIzIII IT o Tf \ E OF ace` onurrrr ar tinN o�wnT t u -- — U "ll,PIT' ILLL 11 N11L I.NINIII \ I' INv w 0 — N �o ' a �«,«,oN o – ; WASTEWATER MANHOLE(BOTTOM) PIPE SEAL DETAIL FlM�NNo NOT"1 1111 Na ,1112.. — TINT11 -� MANHOLE PROTECTION IN UNPAVED AREAS l pµ GENERAL WASTEWATER CONSTRUCTION NOTES: (CULTIVATED/SPECIAL) a �, �� . z 111 1�III 1 ��T T T �,N��� Ahi., N t� aNnIn M. %sa n �_ IOUNN ,-,,aN _ w A �N as T Y N==E "A' "Al 1111IT,1111 1111)11 11 " AN aF� w �R*A 11N c ca.Nr. NCIET--C u,nrt ...ka c� - rF ti) ,nv MSM) w 67 0l 70 o Nti;�Nza 1,N �N= - " " MANHOLE PROTECTION IN UNPAVED AREAS rernor�nreax7Nv`�. � .._ 01111-1 0-"0! ,uaa iw�ry a,., .+,,.x M�oN. o FORCE MAIN DISCHARGE MANHOLE DETAIL =a N+ ti" N ,= r AY,_ 1 (RESIDENTIAL) o BAF 259 T To-z�z .�., NOT TO.�,_ e o11PrewTn.9_21026 DDcu5ign Envelope ILL A8008A7E-BCD4-487D-9696-250794392C4B CRL'M1:fR!:.kL ASIL!I TRN RF...0 1 i'rG Ofh:VkIPLF..lIS1IA: 71 1111 a M DTF w ui o�ioa) o IIDIE D�usrMervr awls ea Ewnar.rue.r 3 A<nnR.x)EU11111,11 z4e � M 01 Dia,,<., e +. rr ov .okar ...�__ <' _— I'll 11 ��� II.' cc Z DIP 2- i' ;� f / Z / a.;16 o r,uAEN r/cpl C vs HE / rvus E F I'D #ILL ) �W _ _ 1 \A „EII-IDDv r / 'o t �; AvAIIIN "I DI-11P �� aRIIiiaIN n �¢s�a6 =oo a RraDa oru ��,D. u FRP INSERT REHABILITATION OF EXISTING MANHOLE FRP INSERT PIPE SEAL DETAIL ° v D s—L IDr D > e ��� � U IF —I /"u.Ds EaDL D."IK 11D CIIIII1 ADDID �r Q w w� COVER PLAN VIEW LID D iIArr DI ILI' / 11I / a w s a 1, ri.a M�H�-navDur ) err -„1 0 SrfEEr 68 0l 7D... All'NIT IIINDLD FAA I'IT" SECTION OF RING&COVER RING&COVER APPROVED LIST o BAF 259 �Dr r6 sra�f N X Docu5ign Envelope ID'.A8008A7E-BCD4-487D-9696-250794392C4B ARRROVE6 ARV ��" -- - aScclAnosast .aa MODEL NAME ISS \ Ali Is 11 _fie �Aw.T.. A94,DM ASAI a NA, ? � — S �A brM1f?^ ffif a wppp \ — \ Z r ElEl- Dom, MIM ,. ..... op° awa �ww �.a IluR EIELSE I'll I �� >R�n FRONT VIEW 5n01` SIDE VIEW « nwN t D.D. - — — BOLLA,. x -1 1EILI DT;DTIAIE v ar. AIR RELEASE VALVE AND MANHOLE D RD DETAIL DEEP CUT SERVICE CONNECTION 0 1111 T()IlIlL y E U e.!. ........ SERVICE CONNECTION NOTES: IN_I caov vEs zIIT 4e D.A. �) �A, G els Eu Duo En ruou_u -1,o 111 m 1 urv_. .�s vc �A I � A r �� % p ((1 �� Q w z PLAN CLEAN-OUT BOOT ISE 11 // T 1 1D) E h r.NG II, IL11. E111 1A111I / U Al ., u a � - �. ...../ —� �� - ) A _ 5 oNss IS tALro„Ar o i I o LE-L D).s.11­1 IVC) �� Ii 11A SECTION A-A SECTION B-BI`—404IT Ell ID No,11)IIALL IV' I sEAIL SERVICE CONNECTION DETAILS STANDARD SERVICE MARKER TYPICAL CAST IRON CLEAN-OUT BOOT o BAF 259 --T TD sTA RID—ATA 1:--T11R P ADT ­11 s�Ir11SI11Sp- �.TP„�..,T,aPos.,T,b�,Toss«,„s Docu5ign Envelope ID'.A8008A7E-BCD4-287D-9696-250794392C4B . ° � yo =A 34-1,00 IS E: "^.an eUL. or, c , l : =A "IF TOISOIL wEf. TF l \ a 13LT 11 kl A verb \W/ Olill-EI CARDS I... MtNf:0.5 i ,FE NPTE AI 4 TO 10"CASING DETAIL__ \ 4'� LA N-T------------------ ---- -- 1` `INR z IO T,AC Mr RA. 1 � v o coATED BIB a NOTE R�L v �A T,ePo� >z V L EOIE ARE (1-11 A—) w 12 TO 6 CASING DETAIL ''' All El, _ T.0 L A.V LA D % NT,DDL w m AIR IIIA 1111 1 z ILL 111L I 6 U m o c 11 rrE R+2 tJ. — ... r.MATErA Mus"nL 'D N'rHI DAAw 'l exnn''AvvLcnr . W V, `w T 11D,n , A LLo °"' A TRENCH BACKFILL FOR WASTEWATER LINES VE 9Ar ARE 01 �Ov CASING DETAIL AND PAVEMENT REPAIR FOR UTILITIES o U Nor TD.,caLE nor ro....a.c o GENERAL NOTES FOR BACKFILL �- E ......... .. ......... I— o BEDDING AND INITIAL BAC TABLE 1 TABLE 2 U � KFILL FINAL BACKFILL iBELOW PIPE TO 12 ABOVE-PIPE) CGREATER THAN 12 ABOVE PIPE UNPAVED AREAS PAVED AREAS 1011'IIIN' J A ER FAR CASING NOTES: IT,Da1 o V VT..V.�_DY 'AR SIT 1IIIII 11L T,L EDLLDNNc o 0 z aL11111111 11 () nr - D Aeovk w R I w L ISELIAL N Lo� ..rLL McErAA E Lwry He�,L' ,D 1 11 TO DE AA L, m N s LE E-VII E D M DL<c, DIT c,D. TNA (Dam),A' d III ;TA cN s AS Ds DV:RLR- TO ARE'RAL I FIT AI 'A RINR'T'IFASTIOI IT"12=R w �o ::Aw, a o s ND IS, V L NAN T D ,:L IRS :N�EV a> NE TV D A. F=oLT EoAA, a, _ FARe L a I CE 11 RIE IIIINI ENTllE TO SO L ��� �IT VNLV =i Q I 6L.T, .LM Nl.RDDLLAlLE EL MLDLL TEL<,LET DA AlA TDNeEETE TDAEeE ATE T,DD T E, GEADE L.. ,E P A IRI ED EA >,�,:, D ND AEEEOVED EDDAL DE AFILIII R,- ORIINIF ro r_e kr,ATNN- 5 R.IRRILED IME.-SIE"I'EST ITER 121 ,RASE z.3,.1 1 N�D � D FR BEDD SrfEEr 70 en��o psi of o'MVµa Moi�wrst RIcoaa Oren"n'o. o BAF 259 � c>r vrea,ccr p_z,oze N.TP,a�..,vTPoA.oT,.�TnsAA«,o�.,�,nA..A.TP�NTwwn�.,:w naxAoaAN.,�,m��.a ew n9 o...e,T.TAn-,L.�om X