Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2024-241 - 12/10/2024 - Approved
18007, 18162, 22142, 23167 CONTRACT DOCUMENTS FOR CONSTRUCTION OF NORTH BEACH DRAINAGE, STREET, AND ECO PARK IMPROVEMENTS PROJECT NUMBERS Beach Ave - 18007, Gulfspray Ave - 18162, North Beach Drainage Improvements — 22142, North Beach Eco Park - 23167 0 EA '[3 C2( cai 1117.4.161-4 E WEN 01111ff 0411111.r` 4 1 ORPOR NI G' 1852 LOCKWOOD, ANDREWS & NEWNAM, INC. 500 N. SHORELINE BLVD., SUITE 905/CORPUS CHRISTI, TX/361-882-2257 Conformed for Construction November 26, 2024 Record Drawing Number: STO 579 r ,,P.E PF Telt, 1 i c7.. 1� 'u' i %SCOTT M. HARRISO ll c, �F 99261 t,,..�<v1i i :sc/STE G .,: 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Preface Documents 00 00 00 Cover Sheet -Addenda 01 00 01 00 Table of Contents -Addenda 01 00 01 02 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) 00 72 00 General Conditions (Rev 6-2021) 00 73 00 Supplementary Conditions (Rev3-2023) 00 74 00 Special Conditions for ARPA Projects -Addenda 01 Division 01 General Requirements 01 11 00 Summary of Work (Rev 10-2018) 01 23 10 Alternates and Allowances — Addenda 1 (Revs-2020) 01 29 01 Measurement and Basis for Payment -Addenda 1 (Rev 5-2020) 01 33 01 Submittal Register (Rev 10-2018) 01 35 00 Special Procedures -Addenda 01 (Rev10-2021) 01 50 00 Temporary Facilities and Controls (Rev 8-2019) 01 57 00 Temporary Controls (Rev8-2019) Part S Standard Specifications 020 — Site Work 020100 Survey Monuments 021— Site Preparation 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022 - Earthwork 022020 Excavation and Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations Table of Contents North Beach Drainage, Street, and Eco Park Improvements Project # 18007, 18162, 22142, 23167 000100-1 Conformed Rev 1/2022 Division / Section Title 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 0252 — Roadway Subgrades and Bases 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk, and Driveway Replacement 025208 Soil -Cement -Base (5-17) 025210 Lime Stabilization 025213 Asphalt Stabilized Base (S-26) 025223 Crushed Limestone Flexible Base 0254 — Roadway Asphalts and Surfaces 025402 Planning Asphaltic Surfaces (S-27A) 025404 Asphalts, Oils, and Emulsions 025412 Prime Coat 025414 Aggregate for Surface Treatment 025416 Seal Coat 025424 Hot Mix Asphalt Concrete Pavement 0256 — Roadway Concrete Work 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 0258 — Roadway Traffic Control and Devices 025802 Temporary Traffic Control During Construction 025805 Work Zone Pavement Markings 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words and Emblems 025816 Raised Pavement Markings 025818 Reference Specification — TxDOT DMS-4200 Pavement Markers (Reflectorized) 025828 Reference Specification —TxDOT DMS-6130 Bituminous Adhesive for Pavement Markers 0262 — Utilities General Table of Contents North Beach Drainage, Street, and Eco Park Improvements Project # 18007, 18162, 22142, 23167 000100-2 Conformed Rev 1/2022 Division / Section Title 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026204 PVC Pipe — Pressure Pipe for Wastewater Force Mains, Irrigation Systems, and Water Transmission Lines 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe - AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains 026214 Grouting Abandoned Utility Lines 0264 - Utilities Waterlines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Waterline (S-85B) 026416 Fire Hydrants 0272 — Wastewater and Storm Water General 027200 Control of Wastewater Flows 027202 Manholes 027203 Vacuum Testing of Wastewater Manhole and Structures 027205 Fiberglass Manholes 0274 — Storm Water 027402 Reinforced Concrete Pipes 027404 Concrete Box Culverts 0276 — Wastewater (Gravity) 027602 Gravity Wastewater Lines 027604 Disposal of Waste from Wastewater Cleaning Operations 028 — Site Improvements and Landscaping 028020 Seeding 028040 Sodding 028200 Mailbox Relocation 028340 Chain Link Security Fence 030 — Concrete, Grout 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Table of Contents North Beach Drainage, Street, and Eco Park Improvements Project # 18007, 18162, 22142, 23167 000100-3 Conformed Rev 1/2022 Division / Section Title 040 - Masonry 041080 Brick Pavers 050 — Metals 050200 Welding 055420 Frames, Gates, Rings, and Covers 011— Equipment 113100 Fiberglass Reinforced Plastic Wet Well (S-64)-Addenda 01 1516 — Pumps and Compressors 151620 Submersible Pumps for Wastewater (S-114) 160 — Electrical 161001 Lift Station Materials (S-18) Part T Technical Specifications 22 13 29.16 Submersible Sewerage Pumps -Addenda 01 26 05 00 Common Work Results for Electrical -Addenda 01 26 05 19 Low -Voltage Electrical Power Conductors and Cables -Addenda 01 26 05 26 Grounding and Bonding for Electrical Systems -Addenda 01 26 05 29 Hangers and Supports for Electrical Systems -Addenda 01 26 05 33 Raceways and Boxes for Electrical Systems -Addenda 01 26 05 53 Identification for Electrical Systems 26 24 16 Panelboards -Addenda 01 26 27 26 Wiring Devices -Addenda 01 31 36 00 Gabions and Gabion Mattresses 32 34 00 Pedestrian Bridges -Addenda 01 32 34 13 Vehicular Bridges -Addenda 01 32 90 00 Landscape Plantings -Addenda 01 32 92 13 Hydro -mulch Seeding -Addenda 01 33 32 13.13 Packagc Utility Lift Station (Providcd in Addendum} 35 21 36 Debris Cage (Pipe Outfall) TXDOT Specifications Item 169 Soil Retention Blankets Table of Contents North Beach Drainage, Street, and Eco Park Improvements Project # 18007, 18162, 22142, 23167 000100-4 Conformed Rev 1/2022 Division / Section Title Item 432 Rip Rap Appendix All Testing Reports and Existing Project Data, as Applicable A Topographic Survey of City of Corpus Christi North Beach Drainage Project B Preliminary Geotechnical Engineering Study, North Beach Navigable Canal, Dated August 19, 2020 C Geotechnical Engineering Study North Beach Linear Park Project, Dated July 25, 2023 D North Beach QLA SUIE Colliers Engineering and Design NOTE: THE TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) SPECIFICATION SECTIONS LISTED IN THE TABLE OF CONTENTS, CROSS REFERENCED IN THE TXDOT SPECIFICATION SECTIONS, AND REFERENCED IN THE DRAWINGS AND REFERENCED IN OTHER TECHNICAL SPECIFICATIONS ARE INCLUDED IN THE CONTRACT DOCUMENTS AND INCORPORATED IN THIS PROJECT MANUAL BY REFERENCE AS IF COPIED VERBATIM. COPIES OF THE TXDOT SPECIFICATION SECTIONS AND OTHER IMPORTANT RELATED TXDOT INFORMATION REFERENCED IN THE CONTRACT DOCUMENTS CAN BE DOWNLOADED FROM TXDOT'S WEBSITE AT THE FOLLOWING LINKS. HTTPS://WWW.TXDOT.GOV/BUSINESS/RESOURCES/TXDOT-SPECIFICATIONS.HTML HTTPS://WWW.TXDOT.GOV/CONTENT/DAM/DOCS/SPECIFICATIONS/2024/SPEC-BOOK- 0924.PDF END OF SECTION Table of Contents 00 01 00 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 1/2022 gs Acc•RO9 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/16/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Upshaw Insurance Agency, Inc. 801 S. Fillmore, Suite 300 Amarillo TX 79101 CONTACT Lauren Lane PHONE FAX (A/C, No. Ex0: 806-468-0400 (AIC, No): 806-468-0450 ADDRESS: laurenf@upshaw-insurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: United Fire and Casualty Co. 13021 INSURED MAKOCON-01 Mako Contracting LLC 3636 S. Alameda, Suite B153 Corpus Christi TX 78411 INSURER B ; INSURER C: INSURERD: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1847995582 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MMIDDIVYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 85326132 6/23/2024 6/23/2025 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES(EaoccurrenceL MED EXP (Any ono person) 5500,000 S 10,000 I CLAIMS -MADE l X OCCUR PERSONAL &ADV INJURY $1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE X LIMIT APPLIES JECT PER: LOC PRODUCTS - COMP/OP AGO $ 2,000,000 S A AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY y _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY 85326132 6/23/2024 6/23/2025 COMacBcidINEDonl) SINGLE LIMIT (Ea $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAR X OCCUR CLAIMS -MADE 85326132 6/23/2024 6/23/2025 EACH OCCURRENCE AGGREGATE 52,000,000 S 2,000,000 $ DED RETENTIONS A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR?PARINER'LXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory In NH) It yes, describe under DESCRIPTION OF OPERATIONS below Y / N NIA 85326132 6/23/2024 6/23/2025 X STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 A A Equipment Floater Property 85326132 85326132 6/23/2024 6/23/2024 6/23/2025 6/23/2025 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may bo attached If more space Is required) Endts shown apply only if there is a written contract between the named insured & certificate holder hat requires such coverage. GL,AU: Policies include a blanket additional insured endt (GL per attached CG7208 07/17 including ongoing & completed operations and CG2001 12/19 primary & non-contributory). GL, WC & AU: Policies include a blanket waiver of subrogation endt. UMB: Follows form on underlying additional insureds including primary & non-contributory and waivers of subrogation; underlying policies include GL & AU. 30 days Notice of Cancellation applies except 10 days for non -pay. Project: North Beach Drainage, Street and Eco Park Improvements Project No. 18007, 18162, 22142, 23167 CERTIFICATE HOLDER CANCELLATION City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi TX 78401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) O 1988.2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 00 61 13 PERFORMANCE BOND BOND NO.101286751 Contractor as Principal Name: Mako Contracting Mailing address (principal place of business): 3636 S. Alameda Suite B153 Corpus Christi, Texas, 78411 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: North Beach Drainage, Street and Eco Park Improvements Project No. 18007, 18162, 22142, 23167 Award Date of the Contract: December 10, 2024 Contract Price: $24,100,788.56 Bond Date of Bond: December 19, 2024 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Merchants Bonding Company (Mutual) Mailing address (principal place of business): PO Box 14498 Des Moines, IA 50306 Physical address (principal place of business): 6700 Westown Pkwy West Des Moines, IA 50266 Surety is a corporation organized and existing under the laws of the state of: Iowa By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 806-468-0400 Telephone (for notice of claim): 800-671-8171 Local Agent for Surety Upshaw Insurance Agency, Inc. Name: Cory B. Bentley Address: PO Box 1299, Amarillo, TX 79105 Telephone: 806-468-0400 Email Address: coryb@upshaw-insurance.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll free number: 1-800-252-3439 Performance Bond North Beach Drainage, Street, and Eco Park Improvements Project No. 18007, 18162, 22142, 23167 006113-1 Rev 5/2024 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work through the Warranty Period required by the Contract Documents then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. The Contract Documents between Owner and Contractor is incorporated by reference into this Statutory Performance Bond, pursuant to Chapter 2253 of the Texas Government Code. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. If Contractor does not faithfully construct and complete said Work through the Warranty Period under its contract with Owner, and Owner invokes its contractual rights and declares Contractor in default, Surety shall promptly remedy the default, and at Owner's sole option, Surety shall: 1. Within a reasonable time (but not later than 30 days after Surety receives written notice of Contractor's default), with written notice to Owner, step into and assume the role, all rights and all obligations of the defaulting Contractor under the Contract Documents. Upon assumption of this role, Surety directly shall contract with a Completion Contractor hired/engaged by Surety to complete the Work. The selection of the Completion Contractor must be approved in writing by Owner. Surety shall be responsible for any and all costs incurred, up to the Bond Sum, to complete the Work; or 2. In the event Surety fails to contract with a Completion Contractor within 90 days of receipt of Owner's written notice of Default, Owner may, at Owner's sole discretion, select a Completion Contractor in accordance with Texas law to complete the Work. In this event, Surety shall pay Owner any and all costs, up to the Bond Sum, for Owner's selected Completion Contractor to complete the Work; or 3. At Owner's sole discretion, Surety shall pay Owner the estimated amount for Owner to execute a Project Completion Contract with a Completion Contractor, selected by Owner in accordance with Texas Law, solely to complete the Work. Surety shall pay Owner any and all costs, up to the Bond Sum, for Owner -selected Completion Contractor to complete the Work. Venue shall lie exclusively in Nueces County, Texas. Surety agrees to be bound by the mediation clause in Article 22 of the Contract Documents between Owner and Contractor, said Contract Documents incorporated by reference in this Bond. Performance Bond North Beach Drainage, Street, and Eco Park Improvements Project No. 18007, 18162, 22142, 23167 006113-2 Rev 5/2024 Surety Signature: Name: Title: Attorney -in -Fact Lauren Lane Email Address: laurenf@upshaw-insurance.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond North Beach Drainage, Street, and Eco Park Improvements Project No. 18007, 18162, 22142, 23167 006113-3 Rev 5/2024 MERCHANT'S BONDING COMPANY,,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Cory B Bentley; Lauren Lane; Robert B Bentley; Ronald McQueen Hudson; Stephanie Taylor their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of February , 2024 .............. '�.• -. Ft'POR O?''RPO •A 1933 :�. 2003 :��; ;y'. : c; By • iz O• '•,�`�(� ........: rJl�O� '''W '14•' President STATE OF IOWA �.,, %7 ..• COUNTY OF DALLAS ss. •"""'•. s On this 3rd day of February 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. tdri �Penni Miller vCommission Number 787952 ��r• �u • My Commission Expires IOWP January 20, 2027 (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY In Witness Whereof, I have hereunto set mi.y hand and affixed the seal of the Companies on this 19th day of December , 2024 . : y oRP 0'r.d •O . %0 2003 ;? 7 tOyoRP09 • 'O9. •:tom•;-o- • frt.• Z• •'•s 1933 .. C' •y • Secretary POA 0018 (1/24) 00 6116 PAYMENT BOND BOND NO.101286751 Contractor as Principal Name: Mako Contracting Mailing address (principal place of business): 3636 S. Alameda Suite B153 Corpus Christi, Texas, 78411 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: North Beach Drainage, Street and Eco Park Improvements Project No. 18007, 18162, 22142, 23167 Award Date of the Contract: December 10, 2024 Contract Price: $24,100,788.56 Bond Date of Bond: December 19, 2024 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Merchants Bonding Company (Mutual) Mailing address (principal place of business): PO Box 14498 Des Moines, IA 50306 Physical address (principal place of business): 6700 Westown Pkwy West Des Moines, IA 50266 Surety is a corporation organized and existing under the laws of the state of: Iowa By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 806-468-0400 Telephone (for notice of claim):800-671-8171 Local Agent for Surety Upshaw Insurance Agency, Inc. Name: Cory B. Bentley Address: PO Box 1299, Amarillo, TX 79105 Telephone: 806-468-0400 Email Address: coryb@upshaw-insurance.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll free number: 1-800-252-3439 Payment Bond Form North Beach Drainage, Street, and Eco Park Improvements Project No. 18007, 18162, 22142, 23167 006116-1 5/2024 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract Documents then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: 44 f ,'1 (Ociol1.kt., Name: Title: vpr(4,4 w)T- Title: Attorney -in -Fact Email Address: Eha 91n,AA�00°`'�'�''�L '1,. cry Email Address: laurenf@upshaw-insurance.com U(J (Attach Power of Attorney and place surety seal below) Lauren Lane END OF SECTION Payment Bond Form North Beach Drainage, Street, and Eco Park Improvements Project No. 18007, 18162, 22142, 23167 006116-2 5/2024 MERCH.ANT�S� BONDING COMPANYT. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Cory B Bentley; Lauren Lane; Robert B Bentley; Ronald McQueen Hudson; Stephanie Taylor their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of February , 2024 1N ••. EtPOIp . o••. SO • •RP0q to • y ': 2003 /G ! . y 1933 •••c; • •��; • • • .•d� . ate.•• •' � • ''\1 STATE OF IOWA ''••.. .rJ'`'. '•. fir .• COUNTY OF DALLAS ss. On this 3rd day of February 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. •*4o�G Cp,�•.• IOWA Penni Miller Commission Number 787952 My Commission Expires January 20, 2027 (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY By In Witness Whereof, I have hereunto set my hand and 's'• 2003 140• •..•`'110Nq... . P <• :,.y%•osPORq 7o'. :a ?Z' -0- �o 0 affixed the seal of the Companies on this 19th day of December , 2024 . .•o�NG•CO,�'.. �o?o�P O,q °9' , • • . 2 - 0 -• b' • 3• • •• 1933 ' •-v. Secretary POA 0018 (1/24) MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) • P.O. BOX 14498 • DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 • FAX: (515) 243-3854 Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. To get information or file a complaint with your insurance company or HMO: Merchants Bonding Company (Mutual) Call: Compliance Officer at (800) 671-8171 Toil -free: (800) 671-8171 Email: regulatory@merchantsbonding.com Mail: P.O. Box 14498, Des Moines, Iowa 50306-3498 To get insurance information you may also contact your agent: Upshaw Insurance Agency, Inc. call: 806-468-0400 Mail: PO Box 1299, Amarillo, TX 79105 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: Consumer Protection, MC: CO-CP, Texas Department of Insurance, PO Box 12030, Austin, TX 78711-2030 ;Ilene una queja o necesita ayuda? Si tiene un problema con una reclamacion o con su prima de seguro, (lame primero a su compania de seguros o HMO. Si no puede resolver el problema, es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingles) pueda ayudar. Aun si usted presenta una queja ante el Departamento de Seguros de Texas, tambien debe presentar una queja a traves del proceso de quejas o de apelaciones de su compania de seguros o HMO. Si no to hace, podria perder su derecho para apelar. SUP 0032 TX (7/23) Para obtener informacion o para presentar una queja ante su compania de seguros o HMO: Merchants Bonding Company (Mutual) Llame a: Compliance Officer al (800) 671-8171 Telefono gratuito: (800) 678-8171 Correo electronico: regulatory@merchantsbonding.com Direccion postal: P.O. Box 14498 , Des Moines, Iowa, 50306-3498 El Departamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presentar una queja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electronico: ConsumerProtection@tdi.texas.gov Direccion postal: Consumer Protection, MC: CO-CP, Texas Department of Insurance, PO Box 12030, Austin, TX 78711-2030 SUP 0032 TX (7/23) 00 52 23 AGREEMENT This Agreement, for the Project awarded on December 10, 2024, is between the City of Corpus Christi (Owner) and Mako Contracting Owner and Contractor agree as follows: ARTICLE 1— WORK (Contractor). 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: North Beach Drainage, Street, and Eco Park Improvements Project Numbers: Beach Ave - 18007, Gulfspray Ave - 18162, North Beach Drainage Improvements — 22142, North Beach Eco Park - 23167 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Lockwood, Andrews & Newnam Inc. 500 N. Shoreline Blvd., Suite 905 Corpus Christi, Texas, 78401 SMHarris@Ian-inc.com 2.02 The Owner's Authorized Representative for this Project is: Joseph Johnson City of Corpus Christi — Engineering Services 4917 Holly Road, Bldg. No. 5 Corpus Christi, TX 78411 JosephJ2@cctexas.com ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 610 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed Agreement 00 52 23 - 1 North Beach Drainage, street, and Eco Park Improvements Rev 12/2021 Project Numbers 18007, 18162, 22142, 23167 and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 640 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 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1,000.00 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 $1,000.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 24,100,788.56 Agreement 00 52 23 - 2 North Beach Drainage, street, and Eco Park Improvements Rev 12/2021 Project Numbers 18007, 18162, 22142, 23167 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, 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 00 52 23 - 3 North Beach Drainage, street, and Eco Park Improvements Rev 12/2021 Project Numbers 18007, 18162, 22142, 23167 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 00 52 23 - 4 North Beach Drainage, street, and Eco Park Improvements Rev 12/2021 Project Numbers 18007, 18162, 22142, 23167 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement 00 52 23 - 5 North Beach Drainage, street, and Eco Park Improvements Rev 12/2021 Project Numbers 18007, 18162, 22142, 23167 ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES ATTEST Rebecca tfge a 01/16/2025 Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: 01/16/2025 Assistant City Attorney ATTEST (IF CORPORATION) (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer CITY OF CORPUS CHRISTI 01/16/2025 Jeffrey Edmonds, P.E Director of Engineering Services M2024-188 AUTHORIZED BY COUNCIL 12/10/2024 RH/SB CONTRACTOR Mako Contracting By: (16:2--- Title: President 01/14/2025 3636 S. Alameda Suite B153 Address Corpus Christi, Texas, 78411 City 361-561-6256 Phone GG@makocontracting.com State Zip Fax EMail END OF SECTION Agreement North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162, 22142, 23167 005223-6 Rev 12/2021 00 30 01 BID FORM Project Name: North Beach Drainage, Street, and Eco Park Improvements Project Number: 18007, 18162, 22142, 23167 Owner: City of Corpus Christi OAR: Designer: Lockwood, Andrews & Newnam, Inc. By its signature of all Addenda Work in accordance Bidder: Signature: Name: Title: Attest: State of Residency: Federal Tx Address for Phone: 361-561-6256 below, Bidder accepts all of the terms and conditions of the Bid Acknowledgement, acknowledges receipt to the Bid and agrees, if this Bid is accepted, to enter into a Contract with the Owner and complete the with the Contract Documents for the Bid price. Mako Contracting LLC (full legal name of Bidder) a 4_4.j e S�,yl.��y (signature of person with authority to bind the Bidder) Gabriel Goodman (printed name of person signing Bid Form) President (title of person signing Bid Form) c.7 yemj (signature) Texas j ID No. 36-4717006 Notices: 1526 Holly Rd Corpus Christi TX 78417 Email: GG@makocontracting.com Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid 1 Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION (5% MAX) AL 1 $45,000.00 $45,000.00 A2 BONDS AND INSURANCE (2% MAX) AL 1 $216,000.00 $216,000.00 A3 TEMPORARY TRAFFIC CONTROL DEVICES MO 18 $28,000.00 $504,000.00 A4 TEMPORARY TRAFFIC CONTROL PLANS LS 1 $25,000.00 $25,000.00 A5 STORMWATER POLLUTION PREVENTION PLAN LS 1 $100,000.00 $100,000.00 A6 EXPLORATORY EXCAVATIONS (UP TO 6-FT OF COVER) LS 1 $20,000.00 $20,000.00 A7 OZONE ACTION DAY DAY 9 $1.00 $9.00 A8 SILT FENCE LF 18,175 $4.25 $77,243.75 A9 CURB INLET PROTECTION EA 14 $100.00 $1,400.00 A10 HAY BALE GRATE INLET PROTECTION BARRIER EA 5 $150.00 $750.00 All STABILIZED CONSTRUCTION ENTRANCE EA 1 $3,500.00 $3,500.00 Al2 ROCK FILTER DAM EA 1 $200.00 $200.00 A13 FILTER FABRIC BARRIER - V-DITCH LF 750 $10.00 $7,500.00 A14 FILTER FABRIC BARRIER - TRAPEZODIAL-DITCH LF 60 $10.00 $600.00 SUBTOTAL PART A - GENERAL (Items Al thru A7) $1,001,202.75 'Part B -CANAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid Form North Beach Drainage, Stret, and Eco Park Improvements Project Number18007, 18162, 22142, 23167 Addendum No. 1 00 30 01 - Page 1 of 5 Addendum 1 Rev 8/2019 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B1 EXCAVATION OF CANAL CY 31,400 $22.000 $690,800.00 B2 CONTROL OF GROUNDWATER / DEWATERING LS 1 $200,000.000 $200,000.00 B3 ROUGH GRADING / COMPACTION OF LINEAR PARK CY 71,000 $5.000 $355,000.00 B4 PREPARATION / COMPACTION OF EMBANKMENT CY 7,700 $15.000 $115,500.00 B5 SOIL RETENTION BLANKET (CL 1,TY A) SY 26,000 $4.500 $117,000.00 B6 HYDROMULCH SEEDING SY 22,901 $1.500 $34,351.50 B7 CONSTRUCTED WETLAND AQUATIC PLANTINGS SF 14,000 $5.000 $70,000.00 B8 GABION BASKET RETAINING WALL CY 2,700 $400.000 $1,080,000.00 SUBTOTAL PART B - CANAL (Items B1 thru B8) $2,662,651.50 Part C - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 CLEANING & REGRADING ROADSIDE DITCH (TYPE 1) LF 5,500 $8.00 $44,000.00 C2 EXCAVATE / GRADE ROADSIDE DITCH (TYPE 1) LF 13,800 $16.50 $227,700.00 C3 EXCAVATE / GRADE ROADSIDE DITCH (TYPE 2) LF 2,200 $20.00 $44,000.00 C4 4' x 2' REINFORCED CONCRETE BOX (RCB)(SEAGULL BLVD) LF 420 $897.00 $376,740.00 C5 4' x 2' REINFORCED CONCRETE BOX (RCB)(TIMON BLVD) LF 200 $897.00 $179,400.00 C6 10' x 6' REINFORCED CONCRETE BOX (RCB)(OUTFALL) LF 130 $2,702.50 $351,325.00 C7 18" RCP (CLASS IV) (CROSS CULVERTS) LF 3,050 $178.25 $543,662.50 C8 SAFETY END TREATMENT (SET) @ 18" RCP EA 178 $3068.00 $546,104.00 C9 ROCK RIPRAP OUTFALL PROTECTION CY 310 $150.00 $46,500.00 C10 24" RCP (CLASS IV) (STREET DRAINAGE) LF 2,055 $189.75 $389,936.25 C11 CURB INLET EA 8 $8,625.00 $69,000.00 C12 18" RCP (CLASS IV) DRIVEWAY CULVERTS LF 1,380 $178.25 $245,985.00 C13 GRATE INLET EA 33 $9,487.50 $313,087.50 C14 4' DIA. PRECAST MANHOLE EA 8 $8,500.00 $68,000.00 C15 DEBRIS CAGE (SW OUTFALLS) EA 24 $5,000.00 $120,000.00 C16 UNANTICIPATED STORMWATER IMPROVEMENTS AL 1 $ 100,000.00 $100,000.00 C17 WINGED HEADWALL FOR 4'X2' RCB CULVERTS AT SEAGULL BLVD EA 6 $25,000.00 $150,000.00 C18 WINGED HEADWALL FOR DUAL 4'X2' RCB CULVERTS AT SEAGULL BLVD AND TIMON BLVD EA 5 $25,000.00 $125,000.00 C19 3'X3' GRATE INLET FOR 4'X2' RCB CULVERTS AT SEAGULL BLVD EA 4 $10,925.00 $43,700.00 C20 STORMWATER JUNCTION BOX EA 7 $14,375.00 $100,625.00 SUBTOTAL PART C - DRAINAGE IMPROVEMENTS (C1 THRU C19) $4,084,765.25 Part D - PARK AND BEACHFRONT IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 REMOVE EXISTING ELECTRICAL POLES EA 6 $3,000.000 $18,000.00 D2 REMOVE EXISTING LIGHT POLES EA 14 $3,500.000 $49,000.00 D3 REMOVE EXISTING ASPHALT PAVEMENT SY 2,400 $5.500 $13,200.00 D4 REMOVE TREE INCLUDING ROOT BALL EA 14 $1,000.000 $14,000.00 DS FINE GRADING SY 33,610 $7.000 $235,270.00 D6 SHELL AGGREGATE CONCRETE SY 475 $150.000 $71,250.00 D7 8' WIDE CONCRETE SIDEWALK SY 4,000 $75.000 $300,000.00 D8 10' WIDE CONCRETE SIDEWALK SY 5,380 $75.000 $403,500.00 D9 CABLE BARRIER SYSTEM LF 2,310 $75.000 $173,250.00 D10 CONCRETE SIDEWALK REPAIR SF 120 $15.000 $1,800.00 D11 DUNE BERMS (3'-4' HEIGHT) SY 1,400 $20.000 $28,000.00 D12 PARK LIGHTING: LIGHT POLE 8 FT HEIGHT EA 93 $7,000.000 $651,000.00 D13 PARK LIGHTING: BOLLARD LIGHTS EA 20 $3,500.000 $70,000.00 D14 POWER POLE WITH METER AND DISCONNECT EA 3 $20,000.000 $60,000.00 D15 ELECTRICAL PANEL EA 4 $20,000.000 $80,000.00 D16 BLOCK SODDING SY 6,415 $14.000 $89,810.00 D17 HYDROMULCH SEEDING SY 27,195 $6.250 $169,968.75 D18 LANDSCAPE (PALM TREE) EA 30 $1,500.000 $45,000.00 D19 LANDSCAPE (PALM TREE IN PLANTER FOR CONCRETE AREAS) EA 12 $2,500.000 $30,000.00 D20 LANDSCAPE (HONEY MESQUITE) EA 19 $5,000.000 $95,000.00 D21 LANDSCAPE (CREPE MYRTLE TREE) EA 37 $2,500.000 $92,500.00 Bid Form North Beach Drainage, Stret, and Eco Park Improvements Project Number18007, 18162, 22142, 23167 Addendum No. 1 00 30 01 - Page 2 of 5 Addendum 1 Rev 8/2019 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT D22 LANDSCAPE (NATIVE SHRUB) EA 100 $100.000 $10,000.00 D23 LANDSCAPE (GROUND COVER) SY 560 $20.000 $11,200.00 D24 PREPARE AREA FOR WETLAND PLANTING (CANAL OUTFALL AREA) CY 9,500 $12.000 $114,000.00 D25 WETLAND AQUATIC PLANTINGS (LINEAR PARK & OUTFALL) SF 50,000 1.00 $50,000.00 D26 ALLOWANCE FOR PUBLIC ART / CULTURAL EXHIBITS AL 1 $ 100,000.00 $100,000.00 D27 ALLOWANCE FOR WAYFINDING AND EDUCATIONAL SIGNAGE AL 1 $ 50,000.00 $50,000.00 SUBTOTAL PART D - PARK AND BEACHFRONT IMPROVEMENTS (D1 THRU D22) 3,101,748.75 Part E -STREET 1 ACCESS / ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 FULL DEPTH SAW CUT FOR REMOVAL LF 499 $12.00 $5,988.00 E2 REMOVE STABLIZED BASE & ASPHALT PAVEMENT (16") SY 13,495 $12.00 $161,940.00 E3 REMOVE EXISTING CONCRETE DRIVEWAYS SY 1,365 $45.00 $61,425.00 E4 REMOVE EXISTING ASPHALT DRIVEWAYS SY 675 $20.00 $13,500.00 E5 REMOVE EXISTING GRAVEL DRIVEWAYS SY 905 $20.00 $18,100.00 E6 DRIVEWAYS (CONC) SY 1,365 $100.00 $136,500.00 E7 DRIVEWAYS (ASPHALT) SY 675 $80.00 $54,000.00 E8 DRIVEWAYS (GRAVEL) SY 905 $50.00 $45,250.00 E9 SELECT FILL CY 2,567 $22.00 $56,474.00 E10 CEMENT TREAT (SUBGRADE)(8") SY 13,670 $19.50 $266,565.00 E11 FL BS (CMP IN PLACE)(TY A GR 1-2)(8") SY 13,670 $36.00 $492,120.00 E12 GEOGRID SY 13,670 $5.00 $68,350.00 E13 PRIME COAT (MC-30)(0.15 GALLONS/SY) GAL 2,051 $9.82 $20,135.91 E14 3" D-GR HMATY-B TON 2,062 $222.00 $457,857.24 E15 2.5" D-GR HMATY-D TON 1,732 $217.58 $376,942.12 E16 CONC CURB & GUTTER (TY A) LF 4,300 $25.00 $107,500.00 E17 CONC SIDEWALKS (5' WIDTH X 4' THICK) SY 905 $75.00 $67,875.00 E18 CONC SIDEWALKS (10' WIDTH X 4" THICK) SY 2,255 $75.00 $169,125.00 E19 PAINTED STEEL BOLLARDS EA 8 $800.00 $6,400.00 E20 ADA CURB RAMPS EA 34 $2,500.00 $85,000.00 E21 ALLOWANCE FOR STRIPING (STREET & PEDESTRIAN) AL 1 $ 20,000.00 $20,000.00 E22 ALLOWANCE FOR STREET SIGNAGE AL 1 $ 25,000.00 $25,000.00 E23 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS AL 1 $ 50,000.00 $50,000.00 SUBTOTAL PART E - STREET / ACCESS / ADA IMPROVEMENTS (El THRU E23) $2,766,047.27 PART F - STRUCTURAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 ALLOWANCE FOR PRE-ENGINEERED / PRECAST VEHICULAR BRIDGE AT GULFSPRAY AVE. AL 1 $ 910,000.00 $910,000.00 F2 ALLOWANCE FOR PRE-ENGINEERED / PRECAST VEHICULAR BRIDGE AT BEACH AVE. AL 1 $ 1,010,000.00 $1,010,000.00 SUBTOTAL PART F - STRUCTURAL (Items Fl thru F6) $1,920,000.00 Part G - WATER UTILITY IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 TRENCH SAFTEY FOR WATERLINES (0 TO 10 FT DEEP) LF 780 $10.93 $8,525.40 G2 DEWATERING LS 1 $250,000.00 $250,000.00 G3 ADJUST WATER METER, VALVE & VALVE BOX EA 15 $1,840.00 $27,600.00 G4 REMOVE EXISTING WATER PIPE LF 600 $27.60 $16,560.00 G5 CUT AND PLUG WATER MAIN (121N) EA 4 $3,392.50 $13,570.00 G6 WATER MAIN PIPE (PVC)(121N)(C-900) LF 180 $172.50 $31,050.00 G7 PROVIDE 45 DEG BEND - 12" DIA EA 8 $3,392.50 $27,140.00 G8 PROVIDE 12"X12" TAP SLV & VALVE EA 4 $13,225.00 $52,900.00 G9 CUT AND PLUG WATER MAIN (81N) EA 6 $2,817.50 $16,905.00 G10 WATER MAIN PIPE (PVC)(81N)(C-900) LF 320 $120.75 $38,640.00 G11 PROVIDE 45 DEG BEND - 8" DIA EA 12 $2,760.00 $33,120.00 G12 PROVIDE 90 DEG BEND - 8" DIA EA 2 $2,990.00 $5,980.00 G13 PROVIDE 8"X6" TAP SLV & VALVE EA 1 $10,925.00 $10,925.00 G14 WATER MAIN PIPE (PVC)(61N)(C-900) LF 600 $112.70 $67,620.00 Bid Form North Beach Drainage, Stret, and Eco Park Improvements Project Number18007, 18162, 22142, 23167 Addendum No. 1 00 30 01 - Page 3 of 5 Addendum 1 Rev 8/2019 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT G15 PROVIDE 6"x6" TAP SLV & VALVE EA 8 $10,120.00 $80,960.00 G16 REMOVING AND SALVAGING FIRE HYDRANT EA 31 $1,092.50 $33,867.50 G17 CUT AND PLUG WATER MAIN (61N) EA 8 $2,300.00 $18,400.00 G18 ADJUST WATER SERVICE CONNECTIONS EA 1 $1,840.00 $1,840.00 G19 UNANTICIPATED WATER UTILITY IMPROVEMENTS AL 1 $ 50,000.00 $50,000.00 G20 16" DIA. STEEL CASING (1/4" MIN WALL THICKNESS) WITH END SEALS AND CASING SPACERS FOR 8" WATERLINE BY OPEN -CUT LF 50 $402.50 $20,125.00 SUBTOTAL PART F - WATER UTILITY IMPROVEMENTS (G1 THRU G19) $805,727.90 Part H - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 TRENCH SAFTEY FOR WATERLINES (0 TO 10 FT DEEP) LF 4,610 $12.00 $55,320.00 H2 DEWATERING LS 1 $276,575.00 $276,575.00 H3 REMOVE EXISTING MANHOLE (SANITARY SEWER) EA 4 $7,360.00 $29,440.00 H4 REMOVE EXISTING SANITARY SEWER PIPE LF 2,500 $51.75 $129,375.00 H5 NEW SANITARY MANHOLE EA 11 $30,130.00 $331,430.00 H6 SANITARY SEWER PIPE (PVC) (C900) (18") LF 4,050 $322.00 $1,239,700.00 H7 SANITARY SEWER PIPE (PVC) (C900) (12") LF 200 $287.50 $57,500.00 H8 SANITARY SEWER PIPE (8") (FORCE MAIN) LF 560 $120.75 $67,620.00 H9 REMOVE EXISTING SEWER LIFT STATION LS 2 $40,250.00 $80,500.00 H10 REMOVE EXISTING BRICK PRIVACY WALL LS 2 55,000.00 $10,000.00 H11 SANITARY SEWER LIFT STATION (PRE-ENGINEERED PACKAGE, COMPLETE) LS 1 $661,250.00 $661,250.00 H12 CMU LIFT STATION PRIVACY WALL SF 189 $100.00 $18,900.00 H13 UNANTICIPATED WASTEWATER IMPROVEMENTS AL 1 $ 50,000.00 $50,000.00 H14 ALLOWANCE TO MODIFY SANITARY SEWER SYSTEM ALONG SEAGULL BLVD AND TREASURE AVE IF DEEMED NECESSARY AL 1 $ 75,000.00 $75,000.00 SUBTOTAL PART H - WASTEWATER IMPROVEMENTS (H1 THRU H14) $3,082,610.00 TOTAL PROJECT BASE BID (PARTS A THRU H) $19,424,753.42 ADDITIVE ALTERNATE 1 - ADDITIONAL ECO PARK IMPORVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) J1 MOBILIZATION (5% MAX) AL 1 $70,000.00 $70,000.00 J2 BONDS AND INSURANCE (2% MAX) AL 1 $24,000.00 $24,000.00 J3 STORMWATER POLLUTION PREVENTION PLAN LS 1 $10,000.00 $10,000.00 J4 EXPLORATORY EXCAVATIONS (UP TO 6-FT OF COVER) LS 1 $5,000.00 $5,000.00 J5 OZONE ACTION DAY DAY 10 $1.00 $10.00 J6 REMOVE EXISTING ELECTRICAL POLES EA 6 $3,500.00 $21,000.00 J7 REMOVE EXISTING ASPHALT PAVEMENT SY 940 $12.00 $11,280.00 J8 SITE GRADING FOR PARKING, ECO PARK, & WETLANDS SY 46,940 $5.00 $234,700.00 19 CEMENT TREAT (SUBGRADE)(8") @ PARKING LOT SY 7,250 $18.60 $134,850.00 J10 FLEXIBLE BASE (TY A GR 1-2)(8") @ PARKING LOT SY 7,250 $32.00 $232,000.00 J11 GEOGRID @ PARKING LOT SY 7,250 $5.00 $36,250.00 J12 PRIME COAT (MC-30)(0.15 GALLONS/SY) @ PARKING LOT GAL 1,088 $9.80 $10,657.50 J13 3" D-GR HMATY-B @ PARKING LOT TON 956 $222.00 $212,320.80 J14 2.5" D-GR HMATY-D @ PARKING LOT TON 803 $218.00 $175,136.84 J15 CONCRETE SIDEWALK SY 1,460 $75.00 $109,500.00 J16 HYDROMULCH SEEDING AC 3 $8,500.00 $25,500.00 J17 CABLE BARRIER SYSTEM LF 1,410 $75.00 $105,750.00 J18 BURIED ELECTRIC CONDUITS AND CONDUCTORS FOR PARK LIGHTING LF 500 $25.00 $12,500.00 J19 PREPARE AREA FOR WETLAND PLANTING SY 22,250 $9.00 $200,250.00 J20 WETLAND AQUATIC PLANTINGS SF 27,700 $30.00 $831,000.00 J21 PARK LIGHTING: LIGHT POLE 8 FT HEIGHT EA 11 $7,000.00 $77,000.00 J22 PARKING LOT LIGHTING EA 4 $7,000.00 $28,000.00 J23 POWER POLE WITH METER AND DISCONNECT EA 1 $20,000.00 $20,000.00 J24 ELECTRICAL PANEL EA 1 $20,000.00 $20,000.00 Bid Form North Beach Drainage, Stret, and Eco Park Improvements Project Number18007, 18162, 22142, 23167 Addendum No. 1 00 30 01 - Page 4 of 5 Addendum 1 Rev 8/2019 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT J25 ALLOWANCE FOR WAYFINDING AND EDUCATIONAL SIGNAGE AL 1 $ 50,000.00 $50,000.00 J26 WOODEN BENCH EA 20 $2,160.00 $43,200.00 J27 TRASH RECEPTACLE EA 20 $3,500.00 $70,000.00 SUBTOTAL ADDITIVE ALTERNATE A- ADDITIONAL PARK IMPROVMENTS (J1 THRU 129) $ 2,769,905.14 ADD ALT 2 - LINEAR PARK PEDESTRIAN CROSSINGS K1 MOBILIZATION (5% MAX) AL 1 $50,000.00 $50,000.00 K2 BONDS AND INSURANCE (2% MAX) AL 1 $17,500.00 $17,500.00 K3 ALLOWANCE FOR PRE-ENGINEERED STEEL PEDESTRIAN BRIDGE STA. 39+42 AL 1 $ 500,000.00 $500,000.00 K4 ALLOWANCE PRE-ENGINEERED STEEL PEDESTRIAN BRIDGE STA. 8+66 AL 1 $ 550,000.00 $550,000.00 SUBTOTAL ADDITIVE ALTERNATE B- LINEAR PARK IMPORVMENTS (K1 THRU K4) $1,117,500.00 ADD ALT 3 - ECO-PARK STRUCTURES L1 MOBILIZATION (5% MAX) AL 1 $35,000.00 $35,000.00 L2 BONDS AND INSURANCE (2% MAX) AL 1 $12,750.00 $12,750.00 L3 STORMWATER POLLUTION PREVENTION PLAN LS 1 $10,000.00 $10,000.00 L4 OZONE ACTION DAY DAY 10 $1.00 $10.00 L5 WOODEN ADA COMPLIANT BIRD WATCH PLATFORM LS 1 $29,670.00 $29,670.00 L6 WOODEN ADA COMPLIANT 5' WIDE BOARDWALK WITH HANDRAILS (2' ABOVE GRADE, TYP) LF 775 $700.00 $542,500.00 L7 WOODEN ADA COMPLIANT 5' WIDE RAMPS EA 6 $26,450.00 $158,700.00 SUBTOTAL ADDITIVE ALTERNATE C- ECO PARK STRUCTURES (L1 THRU L7) $788,630.00 TOTAL ADDITIVE ALTERNATIVES (PARTS J THROUGH L) TOTAL PROJECT BID (PARTS A THRU L) Bid Form North Beach Drainage, Stret, and Eco Park Improvements Project Number18007, 18162, 22142, 23167 Addendum No. 1 00 30 01 - Page 5 of 5 Addendum 1 Rev 8/2019 00 0102 LIST OF DRAWINGS SHEET NO. SHEET TITLE GENERAL 1 COVER SHEET, VICINITY & LOCATION MAP 2 SHEET INDEX 1 OF 2 2A SHEET INDEX 2 OF 2 3 LEGEND ABBREVIATIONS & SYMBOLS 3A ESTIMATED QUANTITIES 4 GENERAL NOTES SHEET 1 OF 2 5 GENERAL NOTES SHEET 2 OF 2 6 ROADWAY & STREETS GENERAL NOTES 7 PROJECT LOCATION MAP 8 PROJECT ALIGNMENT 9 EXISTING DRAINAGE AREA MAP SHEET 1 OF 2 10 EXISTING DRAINAGE AREA MAP SHEET 2 OF 2 11 OVERALL SITE PLAN SHEET 1 OF 9 12 OVERALL SITE PLAN SHEET 2 OF 9 13 OVERALL SITE PLAN SHEET 3 OF 9 14 OVERALL SITE PLAN SHEET 4 OF 9 15 OVERALL SITE PLAN SHEET 5 OF 9 16 OVERALL SITE PLAN SHEET 6 OF 9 17 OVERALL SITE PLAN SHEET 7 OF 9 18 OVERALL SITE PLAN SHEET 8 OF 9 19 OVERALL SITE PLAN SHEET 9 OF 9 20 PROPOSED DRAINAGE AREA MAP SHEET 1 OF 2 21 PROPOSED DRAINAGE AREA MAP SHEET 2 OF 2 22A STORMWATER POLLUTION PREVENTION PLAN SHEET 1 OF 3 23A STORMWATER POLLUTION PREVENTION PLAN SHEET 2 OF 3 24 STORMWATER POLLUTION PREVENTION PLAN SHEET 3 OF 3 24A STORMWATER POLLUTION PREVENTION PLAN SHEET 3 OF 4 24B STORMWATER POLLUTION PREVENTION PLAN SHEET 4 OF 4 25 STORMWATER POLLUTION PREVENTION PLAN - NARRATIVE 26 STORMWATER POLLUTION PREVENTION PLAN - EPIC 27 STORMWATER POLLUTION PREVENTION PLAN - DETAILS SHEET 1 OF 2 28 STORMWATER POLLUTION PREVENTION PLAN - DETAILS SHEET 2 OF 2 CANAL 29 CANAL ALIGNMENT 30 CANAL ALIGNMENT TABLE SHEET 1 OF 2 31 CANAL ALIGNMENT TABLE SHEET 2 OF 2 32 CANAL PLAN & PROFILE SHEET 1 OF 8 33 CANAL PLAN & PROFILE SHEET 2 OF 8 List of Drawings 00 0102 -1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers. 18007, 18162, 23064, 23167 Rev 1/2022 34 CANAL PLAN & PROFILE SHEET 3 OF 8 35 CANAL PLAN & PROFILE SHEET 4 OF 8 36 CANAL PLAN & PROFILE SHEET 5 OF 8 37 CANAL PLAN & PROFILE SHEET 6 OF 8 38 CANAL PLAN & PROFILE SHEET 7 OF 8 39 CANAL PLAN & PROFILE SHEET 8 OF 8 40 CANAL OUTFALL AREA PLAN 41 WATER EXCHANGE CULVERT PLAN 42 WATER EXCHANGE CULVERT SECTIONS 42A WATER EXCHANGE CULVERT SECTIONS 43 TYPICAL CANAL CROSS SECTIONS SHEET 1 OF 3 44 TYPICAL CANAL CROSS SECTIONS SHEET 2 OF 3 45 TYPICAL CANAL CROSS SECTIONS SHEET 3 OF 3 45A TYPICAL CANAL CROSS SECTIONS SHEET 3 OF 3 46 GABION BASKET DETAILS 47 ROCK RIP RAP PIPE DETAILS STORM WATER CONVEYANCE 48A BEACH AVENUE PLAN & PROFILE SHEET 1 OF 3 49A BEACH AVENUE PLAN & PROFILE SHEET 2 OF 3 50A BEACH AVENUE PLAN & PROFILE SHEET 3 OF 3 51A GULFSPRAY AVENUE PLAN & PROFILE SHEET 1 OF 2 52A GULFSPRAY AVENUE PLAN & PROFILE SHEET 2 OF 3 52B GULFSPRAY AVENUE PLAN & PROFILE SHEET 3 OF 3 52C STORM WATER LATERAL SLHEET 1 OF 6 52D STORM WATER LATERAL SLHEET 2 OF 6 52E STORM WATER LATERAL SLHEET 3 OF 6 52F STORM WATER LATERAL SLHEET 4 OF 6 52G STORM WATER LATERAL SLHEET 5 OF 6 52H STORM WATER LATERAL SLHEET 6 OF 6 53A KIWANIS PARK RCB OUTFALL OVERALL PLAN 53B KIWANIS PARK RCB OUTFALL PLAN & PROFILE SHEET 1 OF 3 54A KIWANIS PARK RCB OUTFALL PLAN & PROFILE SHEET 2 OF 3 55A KIWANIS PARK RCB OUTFALL PLAN & PROFILE SHEET 3 OF 3 55B KIWANIS PARK RCB OUTFALL DETAILS 56 CITY STANDARD STORMWATER DETAILS SHEET 1 OF 3 57 CITY STANDARD STORMWATER DETAILS SHEET 2 OF 3 58 CITY STANDARD STORMWATER DETAILS SHEET 3 OF 3 59 TXDOT SINGLE BOX CULVERTS PRECAST 4FT SPAN TXDOT CONC WINGWALLS WITH FLARED WINGS FOR 0 DEGREE SKEW 60 RCB PARK & BEACHFRONT List of Drawings 00 0102 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers. 18007, 18162, 23064, 23167 Rev 1/2022 61A PARK SITE PLAN SHEET 1 OF 9 62A PARK SITE PLAN SHEET 2 OF 9 63A PARK SITE PLAN SHEET 3 OF 9 64A PARK SITE PLAN SHEET 4 OF 9 65A PARK SITE PLAN SHEET 5 OF 9 66A PARK SITE PLAN SHEET 6 OF 9 67A PARK SITE PLAN SHEET 7 OF 9 68A PARK SITE PLAN SHEET 8 OF 9 69A PARK SITE PLAN SHEET 9 OF 9 70A ELECTRICAL SITE PLAN SHEET 1 OF 8 71A ELECTRICAL SITE PLAN SHEET 2 OF 8 72A ELECTRICAL SITE PLAN SHEET 3 OF 8 73A ELECTRICAL SITE PLAN SHEET 4 OF 8 74A ELECTRICAL SITE PLAN SHEET 5 OF 8 75A ELECTRICAL SITE PLAN SHEET 6 OF 8 76A ELECTRICAL SITE PLAN SHEET 7 OF 8 77A ELECTRICAL SITE PLAN SHEET 8 OF 8 78A ELECTRICAL PANEL SCHEDULE SHEET 1 OF 2 78B ELECTRICAL PANEL SCHEDULE SHEET 1 OF 2 ROADWAY & STREETS 79A TYPICAL SECTIONS SHEETS 1 OF 2 80A TYPICAL SECTIONS SHEETS 2 OF 2 81A BEACH AVENUE PLAN & PROFILE SHEET 1 OF 3 82A BEACH AVENUE PLAN & PROFILE SHEET 2 OF 3 83A BEACH AVENUE PLAN & PROFILE SHEET 3 OF 3 84A GULFSPRAY AVENUE PLAN & PROFILE SHEET 1 OF 3 85A GULFSPRAY AVENUE PLAN & PROFILE SHEET 2 OF 3 86A GULFSPRAY AVENUE PLAN & PROFILE SHEET 3 OF 3 87 BEACH AVENUE AT LINEAR PARK CANAL 88 GULFSPRAY AVENUE AT LINEAR PARK CANAL 89A BEACH AVENUE AT SEAGULL BLVD 90 BEACH AVENUE AT GULFBREEZE BLVD 91 GULFSPRAY AVENUE AT GULFBREEZE BLVD 92 VEHICULAR BRIDGE CROSSING SECTIONS 92A BRIDGE CROSSING SECTIONS 92B VEHICULAR BRIDGE CROSSING SECTIONS 93 BEACH AVENUE & GULFSPRAY AVENUE CROSS SECTIONS SHEET 1 OF 2 94 BEACH AVENUE & GULFSPRAY AVENUE CROSS SECTIONS SHEET 2 OF 2 95 TIMON BLVD ROADWAY REPAIR PLAN 96 PEDESTRIAN CROSSING - STA 8+66 96A PEDESTINAN CROSSSING - STA 8+66 97A PEDESTRIAN CROSSING - STA 39+42 List of Drawings 00 0102 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers. 18007, 18162, 23064, 23167 Rev 1/2022 98 SEAGULL BLVD SHEET 1 OF 3 98A SEAGULL BLVD SHEET 1 OF 3 99A SEAGULL BLVD SHEET 2 OF 3 100A SEAGULL BLVD SHEET 3 OF 3 101 GULFBREEZE BLVD INTERSECTION SHEET 1 OF 4 102 GULFBREEZE BLVD INTERSECTION SHEET 2 OF 4 103 GULFBREEZE BLVD INTERSECTION SHEET 3 OF 4 104 GULFBREEZE BLVD INTERSECTION SHEET 4 OF 4 105 TYPICAL DRIVEWAY DETAILS 105A TYPICAL DRIVEWAY DETAILS 105B COCC STANDARD DRIVEWAY PLANS 105C COCC STANDARD DRIVEWAY DETAILS 105D COCC STANDARD DRIVEWAY TYPES 106 DRIVEWAY REPLACEMENT TABLE SHEET 1 OF 3 107 DRIVEWAY REPLACEMENT TABLE SHEET 2 OF 3 108 DRIVEWAY REPLACEMENT TABLE SHEET 3 OF 3 109 STREET CLOSURE DETAILS 109A STREET CLOSURE DETAILS 110 SIGNAGE & STRIPING PLAN SHEET 1 OF 13 110A SIGNAGE & STRIPING PLAN SHEET 1 OF 13 111 SIGNAGE & STRIPING PLAN SHEET 2 OF 13 111A SIGNAGE & STRIPING PLAN SHEET 2 OF 13 112 SIGNAGE & STRIPING PLAN SHEET 3 OF 13 112A SIGNAGE & STRIPING PLAN SHEET 3 OF 13 113 SIGNAGE & STRIPING PLAN SHEET 4 OF 13 113A SIGNAGE & STRIPING PLAN SHEET 4 OF 13 114 SIGNAGE & STRIPING PLAN SHEET 5 OF 13 114A SIGNAGE & STRIPING PLAN SHEET 5 OF 13 115 SIGNAGE & STRIPING PLAN SHEET 6 OF 13 115A SIGNAGE & STRIPING PLAN SHEET 6 OF 13 116 SIGNAGE & STRIPING PLAN SHEET 7 OF 13 116A SIGNAGE & STRIPING PLAN SHEET 7 OF 13 117 SIGNAGE & STRIPING PLAN SHEET 8 OF 13 117A SIGNAGE & STRIPING PLAN SHEET 8 OF 13 118 SIGNAGE & STRIPING PLAN SHEET 9 OF 13 118A SIGNAGE & STRIPING PLAN SHEET 9 OF 13 119 SIGNAGE & STRIPING PLAN SHEET 10 OF 13 119A SIGNAGE & STRIPING PLAN SHEET 10 OF 13 120 SIGNAGE & STRIPING PLAN SHEET 11 OF 13 120A SIGNAGE & STRIPING PLAN SHEET 11 OF 13 121 SIGNAGE & STRIPING PLAN SHEET 12 OF 13 121A SIGNAGE & STRIPING PLAN SHEET 11 OF 13 122 SIGNAGE & STRIPING PLAN SHEET 13 OF 13 List of Drawings 00 0102 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers. 18007, 18162, 23064, 23167 Rev 1/2022 122A SIGNAGE & STRIPING PLAN SHEET 13 OF 13 122B SIGNAGE & STRIPING PLAN GULSPRAY AVE SHEET 1 OF 3 122C SIGNAGE & STRIPING PLAN GULSPRAY AVE SHEET 2 OF 3 122D SIGNAGE & STRIPING PLAN GULSPRAY AVE SHEET 3 OF 3 122E SIGNAGE & STRIPING PLAN BEACH AVE SHEET 1 OF 3 122F SIGNAGE & STRIPING PLAN BEACH AVE SHEET 2 OF 3 122G SIGNAGE & STRIPING PLAN BEACH AVE SHEET 3 OF 3 122H COCC DEAD END BARRICADE DETAILS 1221 WAYFINDING SIGN DESIGN & DETAILS 123 COCC PEDESTRIAN CURB RAMP STANDARD DETAIL SHEET 1 OF 4 124 COCC PEDESTRIAN CURB RAMP STANDARD DETAIL SHEET 2 OF 4 125 COCC PEDESTRIAN CURB RAMP STANDARD DETAIL SHEET 3 OF 4 126 COCC PEDESTRIAN CURB RAMP STANDARD DETAIL SHEET 4 OF 4 127 COCC CURB GUTTER & SIDEWALK STANDARD DETAILS STRUCTURAL 128 BRIDGE STRUCTURAL GENERAL NOTES 128A BRIDGE STRUCTURAL GENERAL NOTES 129 VEHICULAR BRIDGE - FOUNDATION PLAN -CONCEPT ONLY 130 VEHICULAR BRIDGE - FOUNDATION SECTIONS -CONCEPT ONLY 131 VEHICULAR BRIDGE - CROSS SECTION -CONCEPT ONLY 132 VEHICULAR BRIDGE- DETAILS -CONCEPT ONLY UTILITIES 133A RELOCATION PLAN (CANAL AREA) SHEET 1 OF 4 134A RELOCATION PLAN (CANAL AREA) SHEET 2 OF 4 135A RELOCATION PLAN (CANAL AREA) SHEET 3 OF 4 136A RELOCATION PLAN (CANAL AREA) SHEET 4 OF 4 137A WATERLINE RELOCATION PLAN (STA 8+21) 138A WATERLINE RELOCATION PLAN (STA 33+48) 139A WATERLINE RELOCATION PLAN (STA 45+42) 140A WATERLINE RELOCATION CULVERT UTILITY ADJUSTMENTS 141A BEACH AVENUE UTILITY ADJUSTMENTS 142A GULFSPRAY AVENUE UTILITY ADJUSTMENTS 143 TIMON BLVD WASTEWATER IMPROVEMENTS SHEET 1 OF 4 143A TIMON BLVD WASTEWATER IMPROVEMENTS SHEET 1 OF 4 144 TIMON BLVD WASTEWATER IMPROVEMENTS SHEET 2 OF 4 144A TIMON BLVD WASTEWATER IMPROVEMENTS SHEET 2 OF 4 145 TIMON BLVD WASTEWATER IMPROVEMENTS SHEET 3 OF 4 145A TIMON BLVD WASTEWATER IMPROVEMENTS SHEET 3 OF 4 146 TIMON BLVD WASTEWATER IMPROVEMENTS SHEET 4 OF 4 146A TIMON BLVD WASTEWATER IMPROVEMENTS SHEET 4 OF 4 List of Drawings 00 0102 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers. 18007, 18162, 23064, 23167 Rev 1/2022 147 SURFSIDE BLVD WASTEWATER IMPROVEMENTS SHEET 1 OF 4 147A SURFSIDE BLVD WASTEWATER IMPROVEMENTS SHEET 1 OF 4 148 SURFSIDE BLVD WASTEWATER IMPROVEMENTS SHEET 2 OF 4 148A SURFSIDE BLVD WASTEWATER IMPROVEMENTS SHEET 2 OF 4 149 SURFSIDE BLVD WASTEWATER IMPROVEMENTS SHEET 3 OF 4 149A SURFSIDE BLVD WASTEWATER IMPROVEMENTS SHEET 3 OF 4 150 SURFSIDE BLVD WASTEWATER IMPROVEMENTS SHEET 4 OF 4 150A SURFSIDE BLVD WASTEWATER IMPROVEMENTS SHEET 4 OF 4 151A WASTEWATER FORCEMAIN IMPROVEMENTS 152A OVERALL LIFT STATION PLAN & GENERAL NOTES 152B DEMOLITION & CONTROL FLOW PLAN SHEET 1 OF 2 152C DEMOLITION & CONTROL FLOW PLAN SHEET 2 OF 2 152D PROPOSED LIFT STATION SITE PLAN 153A PROPOSED LIFT STATION SHEET 1 OF 2 154A PROPOSED LIFT STATION SHEET 2 OF 2 155 FENCE DETAILS SHEET 1 OF 5 156 FENCE DETAILS SHEET 2 OF 5 157 FENCE DETAILS SHEET 3 OF 5 158 FENCE DETAILS SHEET 4 OF 5 159 FENCE DETAILS SHEET 5 OF 5 160 COCC WATER STANDARD DETAILS SHEET 1 OF 4 161 COCC WATER STANDARD DETAILS SHEET 2 OF 4 162 COCC WATER STANDARD DETAILS SHEET 3 OF 4 163 COCC WATER STANDARD DETAILS SHEET 4 OF 4 164 COCC WASTEWATER STANDARD DETAILS SHEET 1 OF 4 165 COCC WASTEWATER STANDARD DETAILS SHEET 2 OF 4 166 COCC WASTEWATER STANDARD DETAILS SHEET 3 OF 4 167 COCC WASTEWATER STANDARD DETAILS SHEET 4 OF 4 ADDITIVE ALTERNATE #1- ADDITIONAL PARK IMPROVEMENTS 168 WETLANDS ENHANCEMENT AREAS SHEET 1 OF 6 169 WETLANDS ENHANCEMENT AREAS SHEET 2 OF 6 170 WETLANDS ENHANCEMENT AREAS SHEET 3 OF 6 171 WETLANDS ENHANCEMENT AREAS SHEET 4 OF 6 172 WETLANDS ENHANCEMENT AREAS SHEET 5 OF 6 173 WETLANDS ENHANCEMENT AREAS SHEET 6 OF 6 174A ECO-PARK OVERALL SITE PLAN 174E ECO-PARK SIDEWALK & TRAIL LAYOUT 174C ECO-PARK GRADING PLAN 174D ECO-PARKPARKING LOT PLAN 174E ECO-PARK LIGHTING PLAN 174F ECO-PARK LIGHTING PLAN List of Drawings 00 0102 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers. 18007, 18162, 23064, 23167 Rev 1/2022 ADDITIVE ALTERNATE #2 - LINEAR PARK PEDESTRIAN CROSSINGS 175 PEDESTRIAN BRIDGE - ELEVATION -CONCEPT ONLY 176 PEDESTRIAN BRIDGE - DETAILS - CONCEPT ONLY 177 PEDESTRIAN BRIDGE - FOUNDATION SECTIONS -CONCEPT ONLY 178 PEDESTRIAN BRIDGE - ABUTMENT & SECTION -CONCEPT ONLY ADDITIVE ALTERNATE #3 - ECO-PARK STRUCTURES 179 KIOSK AND BENCH LOCATION PLAN & DETAILS 180 KIOSK PLAN & SECTION VIEW 180A BOARDWALK RAMP PLAN AND SECTION 180B BOARDWALK DETAILS 180C BIRD WATCH LOOKOUT PLANS AND SECTION END OF SECTION List of Drawings 00 0102 - 7 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers. 18007, 18162, 23064, 23167 Rev 1/2022 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 Corpus Christi Standards 007200-1 Rev 6/2021 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 Corpus Christi Standards 007200-2 Rev 6/2021 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 Corpus Christi Standards 007200-3 Rev 6/2021 12.04 Substitutions 55 Article 13 — 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 Corpus Christi Standards 007200-4 Rev 6/2021 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 Corpus Christi Standards 007200-5 Rev 6/2021 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 Corpus Christi Standards 007200-6 Rev 6/2021 24.03 Contractor's Responsibilities 104 24.04 Document Submittal 105 24.05 Document Numbering 105 24.06 Document Requirements 106 Article 25 — Shop Drawings 107 25.01 Work Included 107 25.02 Quality Assurance 107 25.03 Contractor's Responsibilities 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 Article 26 — 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 Corpus Christi Standards 007200-7 Rev 6/2021 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 Article 30 - Miscellaneous 128 30.01 Computation of Times 128 30.02 Owner's Right to Audit Contractor's Records 128 30.03 Independent Contractor 129 30.04 Cumulative Remedies 129 30.05 Limitation of Damages 129 30.06 No Waiver 129 30.07 Severability 129 30.08 Survival of Obligations 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 Corpus Christi Standards 007200-8 Rev 6/2021 30.21 Notices. 131 General Conditions Corpus Christi Standards 007200-9 Rev 6/2021 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date —The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid — The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Documents. 7. Bidding Documents — The solicitation documents, the proposed Contract Documents and Addenda. 8. Bidder — An individual or entity that submits a Bid to Owner. 9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 10. Change Order - A document issued on or after the Effective Date of the Contract, which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 11. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the preconstruction conference or in the Notice to Proceed. General Conditions Corpus Christi Standards 007200-10 Rev 6/2021 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 Corpus Christi Standards 007200-11 Rev 6/2021 21. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 22. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 23. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion 24. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 25. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 26. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 27. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 28. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. 29. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner. These costs include fees for engineers, architects, attorneys, and other professionals. 30. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. General Conditions Corpus Christi Standards 007200-12 Rev 6/2021 32. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 33. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 34. Notice of Award - The notice of Owner's intent to enter into a contract with the Selected Bidder. 35. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 36. Owner - The City of Corpus Christi (City), a Texas home -rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 37. Owner's Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 38. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals or entities directly or indirectly employed or retained by them to provide services to the Owner. 39. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 40. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 41. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 42. Project Manual — That portion of the Contract Documents that may include the following: introductory information, solicitation requirements and responses, proposal, Contract forms and General and Supplementary Conditions, General Requirements, Specification, Drawings, Project Safety Manual and Addenda. 43. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. General Conditions Corpus Christi Standards 007200-13 Rev 6/2021 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 Corpus Christi Standards 007200-14 Rev 6/2021 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 Corpus Christi Standards 007200-15 Rev 6/2021 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 Corpus Christi Standards 007200-16 Rev 6/2021 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 Corpus Christi Standards 007200-17 Rev 6/2021 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 Corpus Christi Standards 007200-18 Rev 6/2021 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 Corpus Christi Standards 007200-19 Rev 6/2021 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 Corpus Christi Standards 007200-20 Rev 6/2021 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 Corpus Christi Standards 007200-21 Rev 6/2021 E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and 3. Hazardous Environmental Conditions. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 —AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume General Conditions Corpus Christi Standards 007200-22 Rev 6/2021 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 Corpus Christi Standards 007200-23 Rev 6/2021 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 Corpus Christi Standards 007200-24 Rev 6/2021 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Investigating and field -verifying the location of underground facilities before beginning Work; 2. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 3. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 4. Locating Underground Facilities shown or indicated in the Contract Documents; 5. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 6. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately, but in no event later than 3 days, if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. General Conditions Corpus Christi Standards 007200-25 Rev 6/2021 C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents or was not shown or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 15.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary General Conditions Corpus Christi Standards 007200-26 Rev 6/2021 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 Corpus Christi Standards 007200-27 Rev 6/2021 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 Corpus Christi Standards 007200-28 Rev 6/2021 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 Corpus Christi Standards 007200-29 Rev 6/2021 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 Corpus Christi Standards 007200-30 Rev 6/2021 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 Corpus Christi Standards 007200-31 Rev 6/2021 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 Corpus Christi Standards 007200-32 Rev 6/2021 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 Corpus Christi Standards 007200-33 Rev 6/2021 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 Corpus Christi Standards 007200-34 Rev 6/2021 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 Corpus Christi Standards 007200-35 Rev 6/2021 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 Corpus Christi Standards 007200-36 Rev 6/2021 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by this section, with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of General Conditions Corpus Christi Standards 007200-37 Rev 6/2021 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 Corpus Christi Standards 007200-38 Rev 6/2021 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.E 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 Corpus Christi Standards 007200-39 Rev 6/2021 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 Corpus Christi Standards 007200-40 Rev 6/2021 designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. B. Contractor's obligation to indemnify Owner for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. This Project is not exempt from City permits and fees unless expressly stated otherwise. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. General Conditions Corpus Christi Standards 007200-41 Rev 6/2021 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.E caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. General Conditions Corpus Christi Standards 007200-42 Rev 6/2021 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 Corpus Christi Standards 007200-43 Rev 6/2021 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 Corpus Christi Standards 007200-44 Rev 6/2021 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 Corpus Christi Standards 007200-45 Rev 6/2021 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 Corpus Christi Standards 007200-46 Rev 6/2021 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 Corpus Christi Standards 007200-47 Rev 6/2021 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 Corpus Christi Standards 007200-48 Rev 6/2021 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 Corpus Christi Standards 007200-49 Rev 6/2021 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 Corpus Christi Standards 007200-50 Rev 6/2021 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 Corpus Christi Standards 007200-51 Rev 6/2021 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 Corpus Christi Standards 007200-52 Rev 6/2021 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 Corpus Christi Standards 007200-53 Rev 6/2021 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 Corpus Christi Standards 007200-54 Rev 6/2021 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 Corpus Christi Standards 007200-55 Rev 6/2021 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 Corpus Christi Standards 007200-56 Rev 6/2021 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 Corpus Christi Standards 007200-57 Rev 6/2021 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 Corpus Christi Standards 007200-58 Rev 6/2021 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 Corpus Christi Standards 007200-59 Rev 6/2021 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 Corpus Christi Standards 007200-60 Rev 6/2021 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 Corpus Christi Standards 007200-61 Rev 6/2021 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 Corpus Christi Standards 007200-62 Rev 6/2021 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.B.1 through 15.05.B.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.B.1 and 15.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 15.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the 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 Corpus Christi Standards 007200-63 Rev 6/2021 E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 15.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Contract; 2. There is no corresponding adjustment with respect to other items of Work; and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 15.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Contract. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 15.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Contract. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. General Conditions Corpus Christi Standards 007200-64 Rev 6/2021 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 Corpus Christi Standards 007200-65 Rev 6/2021 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 Corpus Christi Standards 007200-66 Rev 6/2021 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 Corpus Christi Standards 007200-67 Rev 6/2021 j• 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; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g• i. Failure to submit up-to-date record documents as required by the Contract Documents; 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 Corpus Christi Standards 007200-68 Rev 6/2021 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 Corpus Christi Standards 007200-69 Rev 6/2021 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 Corpus Christi Standards 007200-70 Rev 6/2021 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 Corpus Christi Standards 007200-71 Rev 6/2021 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 Corpus Christi Standards 007200-72 Rev 6/2021 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 Corpus Christi Standards 007200-73 Rev 6/2021 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 Corpus Christi Standards 007200-74 Rev 6/2021 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line items for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the set-off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 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 Corpus Christi Standards 007200-75 Rev 6/2021 E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 17.10 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 17.11 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards 007200-76 Rev 6/2021 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 17.12 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 17.11 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 17.14 Final Application for Payment A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. General Conditions Corpus Christi Standards 007200-77 Rev 6/2021 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.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. General Conditions Corpus Christi Standards 007200-78 Rev 6/2021 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 Corpus Christi Standards 007200-79 Rev 6/2021 8. Contractor's other material breach of the contract. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 18.02.A.4. Owner may terminate Contractor's performance under this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. C. Owner may declare Contractor to be in default, give notice to Contractor and surety that Contractor's performance under the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 18.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated Contractor's performance under the Contract for cause. E. Owner may elect not to proceed with termination of Contractor's performance under the Contract under this Paragraph 18.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 18.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. The cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination of Contractor's performance does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. H. In the event the Owner terminates the contract for cause, and it is later determined that cause for termination was lacking, the termination will be deemed a termination without cause under Paragraph 18.03. 18.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 15.05; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. General Conditions Corpus Christi Standards 007200-80 Rev 6/2021 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 Corpus Christi Standards 007200-81 Rev 6/2021 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 Corpus Christi Standards 007200-82 Rev 6/2021 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 Corpus Christi Standards 007200-83 Rev 6/2021 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 Corpus Christi Standards 007200-84 Rev 6/2021 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 Corpus Christi Standards 007200-85 Rev 6/2021 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 Corpus Christi Standards 007200-86 Rev 6/2021 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 Corpus Christi Standards 007200-87 Rev 6/2021 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 Corpus Christi Standards 007200-88 Rev 6/2021 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 Corpus Christi Standards 007200-89 Rev 6/2021 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 Corpus Christi Standards 007200-90 Rev 6/2021 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 Corpus Christi Standards 007200-91 Rev 6/2021 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 Corpus Christi Standards 007200-92 Rev 6/2021 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 Corpus Christi Standards 007200-93 Rev 6/2021 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; Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; g• General Conditions Corpus Christi Standards 007200-94 Rev 6/2021 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 Corpus Christi Standards 007200-95 Rev 6/2021 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 Corpus Christi Standards 007200-96 Rev 6/2021 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 Corpus Christi Standards 007200-97 Rev 6/2021 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 Corpus Christi Standards 007200-98 Rev 6/2021 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.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 21.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. General Conditions Corpus Christi Standards 007200-99 Rev 6/2021 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. 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 Corpus Christi Standards 007200-100 Rev 6/2021 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 Corpus Christi Standards 007200-101 Rev 6/2021 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 Corpus Christi Standards 007200-102 Rev 6/2021 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 Corpus Christi Standards 007200-103 Rev 6/2021 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 Corpus Christi Standards 007200-104 Rev 6/2021 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. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g• 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 Corpus Christi Standards 007200-105 Rev 6/2021 Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference to the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 24.06 Document Requirements A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions Corpus Christi Standards 007200-106 Rev 6/2021 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 Corpus Christi Standards 007200-107 Rev 6/2021 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 Corpus Christi Standards 007200-108 Rev 6/2021 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 Corpus Christi Standards 007200-109 Rev 6/2021 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. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g• h. Add footers to each document with the Project name. General Conditions Corpus Christi Standards 007200-110 Rev 6/2021 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 Corpus Christi Standards 007200-111 Rev 6/2021 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 Corpus Christi Standards 007200-112 Rev 6/2021 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 Corpus Christi Standards 007200-113 Rev 6/2021 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 Corpus Christi Standards 007200-114 Rev 6/2021 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 Corpus Christi Standards 007200-115 Rev 6/2021 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 Corpus Christi Standards 007200-116 Rev 6/2021 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 Corpus Christi Standards 007200-117 Rev 6/2021 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 Corpus Christi Standards 007200-118 Rev 6/2021 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. 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. g• 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 Corpus Christi Standards 007200-119 Rev 6/2021 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 Corpus Christi Standards 007200-120 Rev 6/2021 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 Corpus Christi Standards 007200-121 Rev 6/2021 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 Corpus Christi Standards 007200-122 Rev 6/2021 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 Corpus Christi Standards 007200-123 Rev 6/2021 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 Corpus Christi Standards 007200-124 Rev 6/2021 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 Corpus Christi Standards 007200-125 Rev 6/2021 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 Corpus Christi Standards 007200-126 Rev 6/2021 29.04 Closeout Documents Submittal A. Record Documents per Article 20. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per Article 28. 29.05 Transfer of Utilities A. If applicable to the Project, transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1-year correction period specified in the Contract Documents and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or service agreement; e. Indicate the start date for the correction period specified in the Contract Documents for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty, bond, and service agreement; General Conditions Corpus Christi Standards 007200-127 Rev 6/2021 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 Corpus Christi Standards 007200-128 Rev 6/2021 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 Corpus Christi Standards 007200-129 Rev 6/2021 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 Corpus Christi Standards 007200-130 Rev 6/2021 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 Corpus Christi Standards 007200-131 Rev 6/2021 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 Corpus Christi Standards 007200-132 Rev 6/2021 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 Lockwood, Andrews & Newnam Inc. B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Drainage Canal completed, including stormwater outfalls and water exchange culverts. b. Proposed wastewater collection improvements completed, including proposed gravity line improvements, proposed lift station, and discharge force main. c. Proposed Utility Relocations completed, including water, gas, electrical, and fiber optic. d. Proposed Vehicular Bridge Structures completed, Including foundation requirements, headwall, parapet wall, asphalt pavement, and signage and striping. e. Proposed Pedestrian Bridge Structures completed, Including foundation requirements, abutments, wingwalls, bridge deck, bridge landing, and railing. f. Ditch Regrading/improvements completed, Including proposed drainage ditches, and proposed driveway culverts. g. Beach Ave. and Gulfspray Ave. improvements completed, including streets, curb and gutter, sidewalks and trails, utility improvements, storm water improvements, lighting, signage, and striping. h. Linear Park completed, including final grading, establish vegetation, planting, walkways, and lighting. i. Eco Park completed, including final grading, established vegetation, wetlands enhancements, comfort station, trails, shade structures, observation tower, parking area and lighting. j. All other base bid and alternate work completed. Supplementary Conditions 00 73 00 - 1 North Beach Drainage, street, and Eco Park Improvements Conformed Project Numbers 18007, 18162 22142, and 23167 Rev 3/2023 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 3. A total of 69 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: Appendix B: Geotechnical Engineering Study North Beach Linear Park Project, Dated 25 July 2023 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 Supplementary Conditions 00 73 00 - 2 North Beach Drainage, street, and Eco Park Improvements Conformed Project Numbers 18007, 18162 22142, and 23167 Rev 3/2023 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 Broad Form 2. Premises — Operations 3. Underground Hazard 4. Products / Completed Operations 5. Contractual Liability 6. Independent Contractors 7. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non - Owned, Rented and Leased $500,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 5 ft or asbestos present $1,000,000 Per Claim © Required • Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Coverage limit shall be in the amount of the total cost of the project. • Required © Not Required Installation/Equipment Floater Required if installing city -owned equipment or storing contractor equipment on city- owned property Equal to Contract Price • Required © Not Required Supplementary Conditions North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162 22142, and 23167 007300-3 Conformed Rev 3/2023 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 insert hour a.m. and insert hour p.m. day through day 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 Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14— PREVAILING WAGE RATE REQUIREMENTS 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) Supplementary Conditions 00 73 00 - 4 North Beach Drainage, street, and Eco Park Improvements Conformed Project Numbers 18007, 18162 22142, and 23167 Rev 3/2023 TX29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). "General Decision Number: TX20240021 01/05/2024 Superseded General Decision Number: TX20230021 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)(1). If the contract is entered into on or after January30, 2022, or the contract is renewed or extended (e.g.,an option is exercised) on or after January 30, 2022: . Executive Order 14026 generally, applies to the contract. . The contractor must pay all covered workers at least $17.20 per hour(or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the Supplementary Conditions North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162 22142, and 23167 007300-5 Conformed Rev 3/2023 If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022: contract in 2024. . Executive Order 13658 generally applies to the contract. . The contractor must payall covered workers at least $12.90 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2024. 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 01/05/2024 5UTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) $ 9.05 ** Concrete Finisher $ 7.56 ** ELECTRICIAN $ 13.37 ** Laborers: 7.25 ** Common $ Utility $ 7.68 ** Power equipment operators: Backhoe $ 9.21 ** Motor Grader $ 8.72 ** 2.58 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 ($17.20) or 13658 ($12.90). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a Supplementary Conditions North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162 22142, and 23167 007300-6 Conformed Rev 3/2023 party. 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 E0, 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) (iii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which 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 Supplementary Conditions 00 73 00 - 7 North Beach Drainage, street, and Eco Park Improvements Conformed Project Numbers 18007, 18162 22142, and 23167 Rev 3/2023 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 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: Supplementary Conditions 00 73 00 - 8 North Beach Drainage, street, and Eco Park Improvements Conformed Project Numbers 18007, 18162 22142, and 23167 Rev 3/2023 Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" "General Decision Number: TX20240029 01/05/2024 Superseded General Decision Number: TX20230029 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)(1). lIf the contract is entered 'into on or after January30, 12022, or the contract is 'renewed or extended (e.g.,an 1• 1• Executive Order 14026 generally applies to the contract. The contractor must pay Supplementary Conditions North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162 22142, and 23167 007300-9 Conformed Rev 3/2023 option is exercised) on or after January 30, 2022: If the contract was awarded on or between January 1, 2015 and January 29, contract is extended on 30, 2022: 2022, and the not renewed or or after January all covered workers at least $17.20 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 2024. . Executive Order 13658 generally applies to the contract. . The contractor must payall covered workers at least $12.90 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2024. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2024 SUTX2011-010 08/08/2011 Supplementary Conditions 00 73 00 - 10 North Beach Drainage, street, and Eco Park Improvements Conformed Project Numbers 18007, 18162 22142, and 23167 Rev 3/2023 CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 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. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.20) or 13658 ($12.90). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. 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 E0s available at https://www.dol.gov/agencies/whd/government-contracts. Supplementary Conditions 00 73 00 - 11 North Beach Drainage, street, and Eco Park Improvements Conformed Project Numbers 18007, 18162 22142, and 23167 Rev 3/2023 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) (iii)). 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 averagerate). Union Rate Identifiers. A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which 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 Supplementary Conditions 00 73 00 - 12 North Beach Drainage, street, and Eco Park Improvements Conformed Project Numbers 18007, 18162 22142, and 23167 Rev 3/2023 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 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 Supplementary Conditions 00 73 00 - 13 North Beach Drainage, street, and Eco Park Improvements Conformed Project Numbers 18007, 18162 22142, and 23167 Rev 3/2023 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" ARTICLE 19 — PROJECT MANAGEMENT AND COORDINATION SC-19.21 C. COOPERATION WITH PUBLIC AGENCIES For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Lockwood, Andrews & Newnam Inc. 361-882-2257 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/ Wastewater/ Stormwater hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications (Network Operations Center) 1 888 632 0931 Centu ryLi n k 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 Supplementary Conditions North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162 22142, and 23167 007300-14 Conformed Rev 3/2023 Public Agencies/Contacts Phone Number TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 25 — SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings and other required submittals as listed in Specification 01 33 01 Submittal Register and as listed elsewhere in the drawings and specifications. SC-25.12 RESUBMISSION REQUIREMENTS B. 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: • $240.00 per Hour END OF SECTION Supplementary Conditions 00 73 00 - 15 North Beach Drainage, street, and Eco Park Improvements Conformed Project Numbers 18007, 18162 22142, and 23167 Rev 3/2023 00 74 00 SPECIAL CONDITIONS FOR ARPA PROJECTS ARTICLE 1— GENERAL 1.01 FUNDING AGENCY REQUIREMENTS A. This Project is funded in whole or in part by Coronavirus State and Local Fiscal Recovery Funds (SLFRF) Authorized by the American Rescue Plan Act (Funding Agency). The Funding Agency requires specific conditions and reporting as a condition for providing this funding. The conditions and reporting forms of the Funding Agency are included in the Contract Documents. The Funding Agency requirements govern in the event of any conflict between the Funding Agency requirements and any other provision of the Contract Documents. B. The applicable Funding Agency conditions and reporting forms are as follows: Specification Section Title Funding Agency Document No. 00 74 00 Access to Records FR-F01 00 74 00 Breach of Contract FR-F02 00 74 00 Byrd Anti -Lobbying Amendment FR-F03 00 74 00 Clean Air Act and the Federal Water Pollution Control Act FR-F04 00 74 00 Contracting with Small, Minority and Women's Businesses FR-F05 00 74 00 Contract Work hours and Safety Standards Act FR-F06 00 74 00 Debarment and Suspension FR-F07 00 74 00 Prohibition on certain telecommunication services FR-F08 00 74 00 Equal Employment Opportunity FR-F09 00 74 00 Procurement of Recovered Materials FR-F10 00 74 00 Program Fraud and False or Fraudulent Statements or Related Acts FR F11 00 74 00 Access to Records FR-F01 00 74 00 Breach of Contract FR-F02 00 74 00 Byrd Anti -Lobbying Amendment FR-F03 00 74 00 Clean Air Act and the Federal Water Pollution Control Act FR-F04 00 74 00 Contracting with Small, Minority and Women's Businesses FR-F05 00 74 00 Contract Work hours and Safety Standards Act FR-F06 00 74 00 Debarment and Suspension FR-F07 00 74 00 Prohibition on certain telecommunication services FR-F08 00 74 00 Equal Employment Opportunity FR-F09 00 74 00 Procurement of Recovered Materials FR-F10 00 74 00 Program Fraud and False or Fraudulent Statements or Related Acts FR-F11 Special Conditions for ARPA Projects North Beach Drainage, Street, and Eco Park Improvements Project # 18007, 18162, 22142, 23167 007400-1 Conformed Rev 10/2018 FEDERAL REQUIREMENTS: FR-F01 ACCESS TO RECORDS Access to Records. The following access to records requirements apply to this contract: (1) The Contractor agrees to provide the City, the federal awarding agency, Inspectors General, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the federal awarding agency or authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. Reference: 2 CFR § 200.336 Special Conditions for ARPA Projects 00 74 00 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 FEDERAL REQUIREMENTS: FR-F02 BREACH OF CONTRACT Any violation or breach of terms of this Contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this Contract or such other action that may be necessary to enforce the rights of the parties of this agreement. City will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the Contract. City reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the City elects to terminate the Contract. The City's notice will identify a specific date by which the Contractor must correct the breach. City may proceed with termination of the Contract if the Contractor fails to correct the breach by deadline indicated in the City's notice. The duties and obligations imposed by the Contract documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. Reference: 2 CFR § 200 Appendix II(A) Special Conditions for ARPA Projects 00 74 00 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 FEDERAL REQUIREMENTS: FR-F03 BYRD ANTI -LOBBYING AMENDMENT Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. Reference: 31 U.S.C. § 1352 (as amended) Special Conditions for ARPA Projects 00 74 00 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 A. Clean Air Act. (1) FEDERAL REQUIREMENTS: FR-F04 CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. B. Federal Water Pollution Control Act. (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. §1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Reference: 2 CFR § 200, Appendix 1111 (G) Special Conditions for ARPA Projects 00 74 00 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 FEDERAL REQUIREMENTS: FR-F05 Contracting with Small, Minority and Women's Businesses Contractor must take affirmative steps to assure that minority businesses, women's business enterprises and labor surplus area firms are used when possible. Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists. (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources. (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises. (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises. (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. Reference: 2 CFR § 200.321 Special Conditions for ARPA Projects 00 74 00 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 FEDERAL REQUIREMENTS: FR-F06 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (1) Overtime requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. Reference: 29 CFR § 5.5(b) Special Conditions for ARPA Projects 00 74 00 - 7 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 FEDERAL REQUIREMENTS: FR-F07 DEBARMENT AND SUSPENSION (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Reference: 2 CFR part 180, 2 CFR part 3000 Special Conditions for ARPA Projects 00 74 00 - 8 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 FEDERAL REQUIREMENTS: FR-F08 PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. Reference: 2 CFR § 200, Appendix II¶ (J) Special Conditions for ARPA Projects 00 74 00 - 9 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 FEDERAL REQUIREMENTS: FR-F09 EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitation or advertisements for employees place by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex or national origin. (3) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of labor, or pursuant thereto, and will permit access to its books, records and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and order. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations or orders, this contract may be canceled, terminated or suspended in whole or in part, and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include all portions of this section FR-F11 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to section 2014 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a Special Conditions for ARPA Projects 00 74 00 - 10 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Reference: 41 CFR part 60-1.4(b) Special Conditions for ARPA Projects 00 74 00 - 11 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 FEDERAL REQUIREMENTS: FR-F10 PROCUREMENT OF RECOVERED MATERIALS (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA -designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. Reference: 2 CFR § 200.322 and 40 CFR part 247 Special Conditions for ARPA Projects 00 74 00 - 12 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 FEDERAL REQUIREMENTS: FR-F11 PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS RE RELATED ACTS The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. Reference: 31 U.S.C. Chap. 38 END OF SECTION Special Conditions for ARPA Projects 00 74 00 - 13 North Beach Drainage, Street, and Eco Park Improvements Conformed Project # 18007, 18162, 22142, 23167 Rev 10/2018 NORTH BEACH DRAINAGE, STREET AND ECO PARK IMPROVMENTS DIVISION 01 GENERAL REQUIREMENTS North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162, 22142, 23167 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe every detail 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. Base Bid Work a. Construct a linear canal between Surfside and Timon. The proposed canal includes outfalls from drainage ditches throughout the project area and a water exchange between the canal outfall and Timon Marsh. b. Wastewater Collection System Improvements. This includes removing two existing lift stations and implementing two new gravity lines to a new proposed lift station and discharge force main. c. Utility relocations that interfere with the proposed canal and stormwater pipe/culverts. This includes waterlines, gas lines, electrical/telecommunication poles, and fiber optic lines. Note that gas lines and fiber optics will be modified by their respective owners. d. Street improvements at Beach Ave. and Gulfspray Ave, including raising the street elevation, curb and gutter, sidewalks and trails, intersection improvements and transitions to existing cross streets, driveways, utility improvements, stormwater improvements, striping and lighting improvements. e. Improvements include vehicle bridges crossing the proposed canal at Beach Ave. and Gulfspray Ave. f. Liner Park improvements, Including landscaping, benches, walkways, and lighting. g• Wetland Enhancement improvements on the beach area. h. Eco Park improvements, wetlands enhancements, vegetation planting, trails, and improved access to the area 2. Alternate Work a. Alternate 1. Bid Alternate 1 provides additional park improvements and includes removal of existing power and light poles and removal of existing asphalt Summary of Work 01 1100 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2018 pavement. Improvements include grading and paving parking areas, installation of sidewalks and board walks, installation of light poles, lighting, a power pole with a meter and disconnect, electrical panel, sodding, hydromulch seeding, and installation of a cable barrier system, signage, wooden benches and trash receptacles. b. Alternate 2. Bid Alternate 2 consists of providing and installing pre-engineered, prefabricated pedestrian bridge crossings over the proposed canal at stations 8+66 and 39+42. c. Alternate 3. Bid Alternate 3 provides additional structures at the Eco Park to include a Wooden Timber Observation Tower, Wooden Timber Pavilion with a concrete slab -on -grade foundation, and prefabricated, pre-engineered comfort station. 3. In addition to the requirement of the General Conditions and technical specification related street repair resulting from utility repair or installation or other related activities that require the removal and replacement of street pavement, work under this contract will also conform to the City's updated Street Cut Policy as contained in Corpus Christi Municipal Code Sections 49-46-4, "Duties of persons making excavations or creating obstructions;" 49-47-1, "Excavation in new or streets in good condition;" 49-47-2, "Variance / exemptions;" and, 49-47-3,"Exceptions for driveways, irrigation, sprinkler and residential purposes." Referenced sections are inspirated into this contract by reference as if copied verbatim and may be accessed and downloaded at: Mini TOC: Chapter 49 - STREETS AND SIDEWALKS I Code of Ordinances I Corpus Christi, TX I Municode Library Pavement Condition Index (PCI) information for streets to be impacted by proposed work may be obtained from the City of Corpus Christi Traffic Engineering /Right -of - Way Management (ROWManagement@cctexas.com) 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. AT&T is relocating infrastructure in the project area to 2. AEP Texas is relocating infrastructure in the project area 3. Contractor will verify that work that may conflict with contract work is complete prior to commencing work in each area. Remaining conflicts will be reported to the City and the Contractor will proceed as directed. 4. Contractor will coordinate and cooperate with other work in the area to avoid conflicts and delays to either party. 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. Summary of Work 01 1100 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2018 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. Gas lines in the project area will be relocated by City of Corpus Christi forces. 2. Contractor will coordinate with the City to verify that gas lines that may conflict with contract work have been relocated prior to starting work. 3. Contractor will coordinate and cooperate with City to avoid conflicts and delays for either party B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 01 1100 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2018 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. 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 01 72 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. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 01 23 10 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per 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. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES A. Alternate 1 - Additional Eco Park Improvements. Provide park improvements as indicated in the Contract Documents. Items include, but are not limited to, the following. 1. Removal of existing asphaltic concrete pavement, curb and gutters, curb ramps, concrete sidewalks, utility and light poles, and other misc. items (ex., bollards, signs, etc.) 2. Site grading for the parking area, Eco Park, and wetlands enhancement, including import of suitable materials and export of unsuitable materials. 3. Parking lot construction consisting of cement stabilized subgrade, flexible base, geogrid, prime coat and hot mix asphalt, including concrete curb and gutters, curb ramps, striping and associated ADA signage and markings. 4. Concrete sidewalks. 5. Block sodding and hydromulch seeding. 6. Wooden bollard and cable barrier system. 7. Wetland improvements and aquatic plantings. 8. Park lighting systems including, but not limited to, poles, lights, bollard lights, power pole with meter and disconnect, electrical panels, etc. 9. Wayfinding and educational signage. 10. Wooden benches and trash receptacles. Alternates and Allowances 01 23 10 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 11. Other ancillary and related work necessary for complete and functional improvements as indicated in the Contract Documents. B. Alternate 2—Linear Park Pedestrian Crossing bridges as indicated in the Contract Documents: 1. Provide pre-engineered and prefabricated pedestrian bridges at station 8+66 and station 39+42. 2. Provide ancillary and related work necessary for complete and functional pedestrian bridge crossings as indicated in the Contract Documents. Ancillary and related work includes, but is not limited to, designing and providing the bridges, bridge foundations, wing walls, retaining walls, sidewalks, landings, handrails, bridge decks, ADA compliant ramps, associated canal slope protection, bridge approaches, etc. as indicated in the Contract Documents. 3. The proposed bridges, bridge approaches, canal, linear park, etc. indicated in the Contract Documents are designed around the Contech bridge types listed in the Contract Documents. If Contractor proposes an alternate bridge manufacturer and/or alternate bridge type, Contractor is responsible for all cost and time impacts associated with any design modifications to the streets, bridge approaches, lighting, landscaping, canal, linear park, etc. Contractor will be responsible for retaining a professional engineer registered in Texas to design and submit signed/sealed shop drawings and calculations for these proposed modifications, at no additional cost. C. Alternate 3 — Eco Park Structures. Proposed Eco Park structures include the following as indicated in the Contract Documents. 1. ADA compliant wooden bird watch platform (no roof) and wooden railings. 2. Wooden ADA compliant 5' wide boardwalk (2 FT above grade, typical). 3. ADA compliant 5' wide wooden ramps for boardwalks and bird watch platform. 4. Other ancillary and related work necessary for complete and functional improvements as indicated in the Contract Documents. 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A — Bid Items Al, J1, K1, and L1: Mobilization / Demobilization. 1. A maximum of 5% of the base bid price to be used for mobilization and demobilization for the project 2. A maximum of 5% of each alternate bid price to be used for mobilization and demobilization related to each alternate, if any, selected by the Owner. B. Allowance B - Bid Items A2, J2, K2, and L2: Bonds and Insurance 1. A maximum of 2% of the base bid price to be used for the purchase of bonds and insurance required for the Project. 2. A maximum of 2% of each alternate bid price to be used for additional bonds and insurance necessary of each alternate, if any, selected by the Owner. Alternates and Allowances 01 23 10 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 C. Allowance C — Bid Item C16: Unanticipated Stormwater Improvements 1. The sum of $100,000.00 to be used for the unforeseen improvements that are necessary to complete the work requested by the City or Engineer. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis. A change order shall be issued at the completion of the project to include the correction of the allowance amount to the actual amount utilized. D. Allowance D — Bid Item D26: Allowance for Public Art/Cultural Exhibits 1. The sum of $100,000.00 to be used for the purchase and installation of public art or cultural exhibits designated by the City. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis. A change order shall be issued at the completion of the project to include the correction of the allowance amount to the actual amount utilized. E. Allowance E — Bid Item D27: Allowance for Wayfinding and Education Signage 1. The sum of $50,000.00 to be used for the purchase and installation of Wayfinding and Education Signage at the proposed linear park. Sign types and information will be determined by the City. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis. A change order shall be issued at the completion of the project to include the correction of the allowance amount to the actual amount utilized. F. Allowance F — Bid Item E21: Allowance for Stripping (Street and Pedestrian) 1. The sum of $20,000.00 to be used for stripping of street and pedestrian improvements as shown on the drawings and approved by the City. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis. A change order shall be issued at the completion of the project to include the correction of the allowance amount to the actual amount utilized. G. Allowance G — Bid Item E22: Allowance for Street Signage 1. The sum of $25,000.00 to be used for the purchase of necessary street signage at the proposed bridge crossings, drainage ditch improvements, or other signs deemed necessary by the City or Engineer. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis. A change order shall be issued at the completion of the project to include the correction of the allowance amount to the actual amount utilized. H. Allowance H — Bid Item E23: Unanticipated Street Improvements 1. The sum of $50,000.00 to be used for the unforeseen improvements that are necessary to complete the work requested by the City or Engineer. Alternates and Allowances 01 23 10 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis. A change order shall be issued at the completion of the project to include the correction of the allowance amount to the actual amount utilized. I. Allowance I — Bid Item F1— Pre -Engineered / Precast Vehicular Bridge at Gulfspray Ave. Allowance J — Bid Item F2 — Pre -Engineered / Precast Vehicular Bridge at Beach Ave. 1. The following are the allowances to provide pre-engineered / precast vehicular bridges including ancillary and related work. a. The sum of $910,000.00 for the vehicular bridge at the Gulfspray Ave. canal crossing. b. The sum of $1,010,000.00 for the vehicular bridge at the Beach Ave. canal crossing. 2. Within ten (10) calendar days after NTP, Contractor shall coordinate with the City and Engineer to select a bridge product that is acceptable to the City and Engineer and that is in accordance with the requirements indicated in the Contract Documents including ancillary and related work necessary for a fully functional vehicular bridge that is also compliant with all applicable local, state and federal codes and regulatory requirements. Contractor will be responsible for retaining a professional engineer registered in Texas to design and submit signed/sealed shop drawings and calculations for the bridge and ancillary and related work. 3. Ancillary and related work includes, but is not limited to, designing and providing the bridges, bridge foundations, wing walls, retaining walls, sidewalks, guardrails, handrails, bridge decks, ADA compliant ramps, associated canal slope protection, bridge approaches, backfill, pavement, etc. as indicated in the Contract Documents. 4. The proposed bridges and ancillary work are designed around the Contech bridge types listed in the Contract Documents. If Contractor proposes an alternate bridge manufacturer and/or alternate bridge type, Contractor is responsible for all cost and time impacts that result from the contractor's proposed alternate bridge. Contractor will be responsible for retaining a professional engineer registered in Texas to design and submit signed/sealed shop drawings and calculations for these proposed modifications, at no additional cost. 5. Contractor shall submit within sixty (60) calendar days after NTP a proposal with detailed pricing and schedule for the City's review, negotiation and approval. Pricing shall be broken out by all bridge components and ancillary and related work and shall include detailed backup to support the pricing (ex., quotes from subcontractors and lower tiered subcontractors, suppliers, bridge manufacturer, etc.). Subcontractor quotes shall also be broken out in the same level of detail with supporting backup. Contractor's proposal shall also include a proposed schedule of value (SOV) breakout for the City's review and approval that will be used for interim payments. The SOV shall be revised to reflect the final agreed upon pricing. A change order will be issued for the final agreed upon pricing, including any schedule impacts. Contractor shall commence with the bridge work immediately upon execution of the change order. Alternates and Allowances 01 23 10 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 6. Measurement and Payment will be based upon the final agreed upon schedule of values. J. Allowance K — Bid Item G19: Unanticipated Water Utility Improvements 1. The sum of $50,000.00 to be used for the unforeseen improvements that are necessary to complete the work requested by the City or Engineer. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis. A change order shall be issued at the completion of the project to include the correction of the allowance amount to the actual amount utilized. K. Allowance L— Bid Item H13: Unanticipated Wastewater Improvements 1. The sum of $50,000.00 to be used for the unforeseen improvements that are necessary to complete the work requested by the City or Engineer. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis. A change order shall be issued at the completion of the project to include the correction of the allowance amount to the actual amount utilized. L. Allowance — Bid Item H14: Allowance To Modify Sanitary Sewer System Along Seagull Blvd And Treasure Av If Deemed Necessary. 1. The sum of $75,000.00 to be used to modify the existing sanitary sewer system along Seagull Blvd and Treasure Ave if the critical locates performed by the Contractor determines the existing sanitary sewer system conflicts with the proposed storm sewer system. 2. Cost for the critical locates is incidental to the proposed storm sewer system pay items. 3. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis. A change order shall be issued at the completion of the project to include the correction of the allowance amount to the actual amount utilized. M. Allowance M — Bid Item 125 associated with Alternative 1, Additional Park Improvements: Wayfinding and Educational Signage 1. The sum of $50,000.00 to supply and install educational and wayfinding signage installed with the additional park improvements, if selected. Sign types and information will be determined by the City. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis. A change order shall be issued at the completion of the project to include the correction of the allowance amount to the actual amount utilized. N. Allowance N — Bid Item K3 — Pre -Engineered / Prefabricated pedestrian Bridge for the Linear Park at Station 39+42. Allowance 0 — Bid Item K4 — Pre -Engineered / Prefabricated pedestrian Bridge for the Linear Park at Station 8+66. Alternates and Allowances 01 23 10 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1. The following are the allowances to provide pre-engineered / prefabricated pedestrian bridges including ancillary and related work. a. The sum of $500,000.00 for the pedestrian bridge at Sta. 39+42. b. The sum of $550,000.00 for the pedestrian bridge at Sta. 8+66 2. Within ten (10) calendar days after NTP, Contractor shall coordinate with the City and Engineer to select an bridge product that is acceptable to the City and Engineer and that is in accordance with the requirements indicated in the Contract Documents including ancillary and related work necessary for a fully functional pedestrian bridge that is also compliant with all applicable local, state and federal codes and regulatory requirements. Contractor will be responsible for retaining a professional engineer registered in Texas to design and submit signed/sealed shop drawings and calculations for the bridge and ancillary and related work. 3. Ancillary and related work includes, but is not limited to, designing and providing the bridges, bridge foundations, wing walls, retaining walls, sidewalks, guardrails, handrails, bridge decks, ADA compliant ramps, associated canal slope protection, bridge approaches, backfill, pavement, etc. as indicated in the Contract Documents. 4. The proposed bridges and ancillary work are designed around the Contech bridge types listed in the Contract Documents. If Contractor proposes an alternate bridge manufacturer and/or alternate bridge type, Contractor is responsible for all cost and time impacts that result from the contractor's proposed alternate bridge. Contractor will be responsible for retaining a professional engineer registered in Texas to design and submit signed/sealed shop drawings and calculations for these proposed modifications, at no additional cost. 5. Contractor shall submit within sixty (60) calendar days after NTP a proposal with detailed pricing and schedule for the City's review, negotiation and approval. Pricing shall be broken out by all bridge components and ancillary and related work and shall include detailed backup to support the pricing (ex., quotes from subcontractors and lower tiered subcontractors, suppliers, bridge manufacturer, etc.). Subcontractor quotes shall also be broken out in the same level of detail with supporting backup. Contractor's proposal shall also include a proposed schedule of value (SOV) breakout for the City's review and approval that will be used for interim payments. The SOV shall be revised to reflect the final agreed upon pricing. A change order will be issued for the final agreed upon pricing, including any schedule impacts. Contractor shall commence with the bridge work immediately upon execution of the change order. 6. Measurement and Payment will be based upon the final agreed upon schedule of values. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 01 23 10 - 7 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item Al— Mobilization (Maximum 5%): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and Measurement and Basis for Payment 01 29 01 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 f. Mobilization not to exceed 5 percent of the total Contract Price. 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 A2 — Bonds and Insurance (Maximum Allowance of 2%) 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically 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 Item A3 —Temporary Traffic Control Devices 1. Measurement and payment will be on a Per Month basis 2. Payment includes, but is not limited to all materials, equipment, services, etc. necessary for the proposed traffic control devices recommended in the Traffic Control plan. D. Bid Item A4— Temporary Traffic Control Plans 1. Measurement and payment will be on a lump sum (LS) basis. 2. Payment includes, but is not limited to, submittals and all labor, materials, equipment, services, etc. necessary to prepare proposed traffic control plans by a licensed professional engineer. E. Bid Item A-5 — Storm Water Pollution Prevention 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50% of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50% completion has occurred, minus retainage. Measurement and Basis for Payment 01 29 01- 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 F. Bid Item A6 — Exploratory Excavations (Up to 6-ft of Cover) 1. Measurement and payment will be on a Lump Sum basis 2. Payment includes, but is not limited to all labor, materials, equipment, services, etc. necessary for exploratory excavation of existing utilities as needed. G. Bid Item A7 — Ozone Action Day 1. Unless indicated otherwise in the Bid Form, OZONE ACTION DAY shall be paid for as by each day (DAY) as directed by the Engineer 2. Do not conduct priming or hot -mix paving operations, except for repairs, on days the City Inspector 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 atthe unit price indicated in the Bid for each day for which an extension oftime was granted due to an ozone alert . H. Bid Item A8 — Silt Fence 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment shall include but is not limited to all labor, equipment, materials, services, fees, etc. necessary to furnish, install, maintain, and remove the proposed silt fencing. I. Bid Item A9 — Curb Inlet Protection 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment shall include but is not limited to all labor, equipment, materials, services, fees, etc. necessary to furnish, install, maintain, and remove the proposed protection around curb inlets. J. Bid Item A10 — Hay Bale Grate Inlet Protection Barrier 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment shall include but is not limited to all labor, equipment, materials, services, fees, etc. necessary to furnish, install, maintain, and remove the proposed hay bale barriers for protection around grate inlets. K. Bid Item All - Stabilized Construction Entrance 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment shall include but is not limited to all labor, equipment, materials, services, fees, etc. necessary to furnish, install, maintain, and remove stabilized construction entrances. L. Bid Item Al2 — Rock Filter Dam 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment shall include but is not limited to all labor, equipment, materials, services, fees, etc. necessary to furnish, install, maintain, and remove the proposed rock filter dams. Measurement and Basis for Payment 01 29 01- 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 M. Bid Item A13 — Filter Fabric Barrier - V Ditch 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment shall include but is not limited to all labor, equipment, materials, services, fees, etc. necessary to furnish, install, maintain, and remove the proposed filter fabrics at "V" shaped ditches. N. Bid Item A14 — Filter Fabric Barrier - Trapezoidal Ditch 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment shall include but is not limited to all labor, equipment, materials, services, fees, etc. necessary to furnish, install, maintain, and remove the proposed filter fabrics at "Trapezoidal" shaped ditches. O. Bid Item B1— Excavation of Canal Bid Item B2 — Control of Groundwater / Dewatering Bid Item B3 — Rough Grading / Compaction of Liner Park Area Bid item B4 - Preparation/Compaction of Embankment Bid Item B5 — Soil Retention Blanket (CL 1, TY A) Bid Item B6 — Hydro mulch Seeding Bid Item B7 — Constructed Wetland Aquatic Plantings Bid Item B8 — Gabion Basket Retaining Wall 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment includes, but is not limited to, all labor, materials, equipment, tools, fees, incidentals, services, etc. necessary to complete the construction of the proposed canal. P. Bid Item C1— Cleaning & Regrading Roadside Ditch (Type 1) Bid Item C2 — Excavate/Grade Roadside Ditch (Type 1) Bid Item C3 — Excavate/Grade Roadside Ditch (Type 2) Bid Item C4-4' X 2' Reinforced Concrete Box (RCB) (Seagull Blvd) 1. Costs for Contractor to perform critical locates to locate existing sanitary sewer system along Seagull Blvd and Treasure Ave, as indicated on the drawings, are incidental to this pay item. Bid Item C5 - 4' X 2' Reinforced Concrete Box (RCB) (Timon Blvd) Bid Item C6 — 10' X 6' Reinforced Concrete Box (RCB)(Outfall) Bid Item C7 — 18" RCP (Class IV) (Intersection Cross Culverts) Bid Item C 8 — Safety End Treatments (SET) at 18" RCPs Bid Item C9 — Rock Riprap Outfall Protection Measurement and Basis for Payment 01 29 01 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 Bid Item C10 — 24" RCP (Class IV) (Street Drainage) Bid Item C11 — Curb Inlet Bid Item C12 — 18" RCP (Class Iv) Driveway Culverts Bid Item C13 — Grate Inlet Bid Item C14-4' Dia. Precast Manhole Bid Item C15 — Debris Cage (SW Outfalls) Bid Item C17 — Winged Headwall For 4'x2' RCB Culverts At Seagull Blvd Bid Item C18 — Winged Headwall For Dual 4'x2' RCB Culverts At Seagull Blvd And Timon Blvd Bid Item C19 — 4'x4' Grate Inlet For 4'x2' RCB Culverts At Seagull Blvd Bid Item C20 — Stormwater Junction Box 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment includes, but is not limited to, all labor, materials, equipment, tools, fees, incidentals, services, etc. necessary to complete the construction of the proposed drainage improvements. Q. Bid Item C16 — Allowance for Unanticipated Stormwater Improvement 1. See Specification "01 23 10 — Alternates and Allowances" R. Bid Item D1 — Remove Existing Electrical Poles Bid Item D2 — Remove Existing Light Poles Bid Item D3 — Remove Existing Asphalt Pavement Bid Item D4 - Remove Tree Including Root Ball Bid Item D5 — Fine Grading (Linear Park) Bid Item D6 — Shell Aggregate Concrete Bid Item D7 — 8' Wide Concrete Sidewalk Bid Item D8 — 10' Wide Concrete Sidewalk Bid Item D9 — Cable Barrier System Bid Item D10 — Concrete Sidewalk Repair Bid Item D11— Dune Berms (3'-4' Height) Bid Item D12 — Park Lighting Light Pole 8-ft height Bid Item D13 — Park Lighting: Bollard Lights Bid Item D14 — Power Pole with Meter And Disconnect Bid Item D15 — Electrical Panel Bid Item D16 — Block Sodding Measurement and Basis for Payment 01 29 01 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 Bid Item D17 — Hydromulch Seeding Bid Item D18 — Landscape (Palm Tree) Bid Item D19 — Landscape (Palm Tree in Planter for Concrete Areas) Bid Item D20 — Landscape (Honey Mesquite) Bid Item D21 — Landscape (Crepe Myrtle Tree) Bid Item D22 - landscape (Native Shrub) Bid Item D23 Landscape (Ground Cover) Bid Item D24 Prepare Area for Wetland Planting (Canal Outfall Area) Bid Item D25 Wetland Aquatic Plantings (Linear Park and Outfall) 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment includes, but is not limited to, all labor, materials, equipment, tools, fees, incidentals, services, etc. necessary to complete the construction of the proposed Park and Beachfront Improvements. S. Bid Item D 26 — Allowance for Public Art/ Cultural Exhibits Bid Item D 27 — Allowance for Wayfinding and Educational Signage 1. See Specification "01 23 10 — Alternates and Allowances T. Bid Item El — Full Depth Saw Cut for Removal Bid Item E2 - Remove Stabilized Base & Asphalt Pavement (16") Bid Item E3 — Remove Existing Concrete Driveways Bid Item E4 — Remove Existing Asphalt Driveways Bid Item E5 — Remove Existing Gravel Driveways Bid Item E6 — Driveways (Conc) Bid Item E7 — Driveways (Asphalt) Bid Item E8 — Driveways (Gravel) Bid Item E9 — Select Fill Bid Item E10 — Cement Treat Subgrade (8") Bid Item Ell — Flexible Base (Compacted in Place) (TY A Grade 1-2) (8") Bid item E12 — Geogrid Bid Item E13 — Prime Coat (Mc-30) (0.15 Gallons / SY) Bid Item E14 - 3" D-GR HMA TY-B Bid Item E15-2.5" D-GR HMATY-D Bid Item E16 - CONC CURB & GUTTER (TY A) Measurement and Basis for Payment 01 29 01- 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 Bid Item E17 - CONC SIDEWALKS (5' WIDTH X 4' THICK) Bid Item E18 - CONC SIDEWALKS (10' WIDTH X 4" THICK) Bid Item E 19 — Painted Steel Bollards Bid Item E 20 — Ada Curb Ramps 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment includes, but is not limited to, all labor, materials, equipment, tools, fees, incidentals, services, etc. necessary to complete the construction of the proposed roadway and street improvements. U. Bid Item E21 - Allowance for Striping (Street and Pedestrian) Bid Item E 22 - Allowance for Street Striping Bid Item E 23 Allowance for Unanticipated Street Improvements 1. See Specification "01 23 10 — Alternates and Allowances V. Bid Item F1 — Allowance for Precast vehicular bridge at Gulfspray Ave. Bid Item F2 — Allowance for Precast vehicular bridge at Beach Ave. 1. See Specification "01 23 10 — Alternates and Allowances W. Bid Item G1 — Trench Safety For Waterlines (0 To 10 Ft Deep) Bid Item G2 — Dewatering Bid Item G3 — Adjust Water Meter, Valve & Valve Box Bid Item G4 — Remove Existing Water Pipe Bid Item G5 — Cut and Plug Water Main (12in) Bid Item G6 — Water Main Pipe (PVC) (12in)(C-900) Bid Item G7 — Provide 45 Deg Bend - 12" Dia Bid Item G8 — Provide 12"X12" Tap Slv & Valve Bid Item G9 — Cut and Plug Water Main (8in) Bid Item G10 — Water Main Pipe (PVC) (8in) (C-900) Bid Item G11 — Provide 45 Deg Bend - 8" Dia Bid Item G12 — Provide 90 Deg Bend - 8" Dia Bid Item G13 — Provide 8"X6" Tap Slv & Valve Bid Item G14 — Water Main Pipe (PVC)(6in) (C-900) Bid Item G15 — Provide 6"X6" Tap Slv & Valve Bid Item G16 — Removing and Salvaging Fire Hydrant Measurement and Basis for Payment 01 29 01 - 7 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 Bid Item G17 — Cut and Plug Water Main (6in) Bid Item G18 —Adjust Water Service Connections Bid Item G20 — 16" Dia. Steel Casing (1/4" Min Wall Thickness) With End Seals And Casing Spacers For 8" Waterline By Open -Cut 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment includes, but is not limited to, all labor, materials, equipment, tools, fees, incidentals, services, etc. necessary to complete the construction of the proposed water utility relocations. X. Bid Item G19 — Allowance for Unanticipated Water Utility Improvements 1. See Specification "01 23 10 — Alternates and Allowances Y. Bid Item H1—Trench Safety for Waterlines (0 To 10 Ft Deep) Bid Item H2 — Dewatering Bid Item H3 — Remove Existing Manhole (Sanitary Sewer) Bid Item H4 — Remove Existing Sanitary Sewer Pipe Bid Item H5 — New Sanitary Manhole Bid Item H6 — Sanitary Sewer Pipe (PVC) (C900) (18") Bid Item H7 — Sanitary Sewer Pipe (PVC) (C900) (12") Bid Item H8 — Sanitary Sewer Pipe (8") (Force Main) Bid Item H9 — Remove Existing Sewer Lift Station Bid Item H10 — Remove Existing Brick Privacy Wall Bid Item H11 — Sanitary Sewer Lift Station (Pre -Engineered Package, Complete) Bid Item H12 — CMU Lift Station Privacy Wall 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment includes, but is not limited to, all labor, materials, equipment, tools, fees, incidentals, services, etc. necessary to complete the construction of the proposed wastewater collection system improvements. Z. Bid Item H 13 — Allowance for Unanticipated Wastewater Improvements Bid Item H 14 - Allowance To Modify Sanitary Sewer System Along Seagull Blvd And Treasure Ave If Deemed Necessary 1. See Specification "01 23 10 — Alternates and Allowances Measurement and Basis for Payment 01 29 01- 8 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATE BID ITEMS Measurement and payment shall only be made for the Alternates selected, if any, by the Owner. Measurement and payment for Alternates selected, if any, shall be as follows. A. Bid Item J1 — Mobilization (5% Max) Bid Item K1 — Mobilization (5% Max) Bid Item L1 — Mobilization (5% Max) 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 shall not exceed 5 percent of the total Contract Price. 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 J2 — Bonds and Insurance (2% Max) Bid Item K2 - Bonds and Insurance (2% Max) Bid Item L2 - Bonds and Insurance (2% Max) 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 Item J3 — Stormwater Pollution Prevention Plan Bid Item L3 - Stormwater Pollution Prevention Plan Measurement and Basis for Payment 01 29 01- 9 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50% of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50% completion has occurred, minus retainage. D. Bid Item J4 — Exploratory Excavations (up to 6-ft of Cover) 1. Measurement and payment will be on a Lump Sum basis Payment includes, but is not limited to all labor, materials, equipment, services, etc. necessary for exploratory excavation of existing utilities as needed. E. Bid Item J5 - Ozone Action Day Bid Item L4 - Ozone Action Day 1. Unless indicated otherwise in the Bid Form, OZONE ACTION DAY shall be paid for as by each day (DAY) as directed by the Engineer 2. Do not conduct priming or hot -mix paving operations, except for repairs, on days the City Inspector 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 F. Bid Item J 6 — Remove Existing Electrical Poles Bid Item J 7 — Remove existing Asphalt Pavement Bid Item J 8 — Site Grading for Parking, Eco Park and Wetlands Bid Item J 9 — Cement treat (Subgrade) (8") at Parking Lot Bid Item J 10 — Flexile Base (Compacted in place) (TY A Grade 1-2) (8") at Parking Lot Bid Item J 11— Geogrid at Parking Lot Bid Item J 12 — Prime Coat (MC-30) (0.15 Gallons/SY at Parking Lot Bid Item J 13 - 3" D-Grade HMA TY-B at Parking Lot Bid Item J 14 - 2.5" D-Grade HMA TY-D @ Parking Lot Bid Item J 15 - Concrete sidewalk Bid Item J 16 - Hydromulch seeding Bid Item J 17 - Cable barrier system Measurement and Basis for Payment 01 29 01 - 10 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 Bid Item J 18 — Buried electric conduits and conductors for park lighting Bid Item J 19 - Prepare area for wetland planting Bid Item J 20 - Wetland aquatic plantings Bid Item J 21- Park lighting: light pole 8 ft height Bid Item J 22 — Parking Lot Lighting Bid Item J 23 - Power Pole with Meter and Disconnect Bid Item J 24 - Electrical Panel Bid Item J 26 - Wooden Bench Bid Item J 27 - Trash Receptacle 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment includes, but is not limited to, all labor, materials, equipment, tools, fees, incidentals, services, etc. necessary to complete the construction of the proposed Additional Park improvements. G. Bid Item J 25 — Allowance for Wayfinding and Education Signage 1. See Specification "01 23 10 — Alternates and Allowances H. Bid Item K3 — Allowance for Pre -Engineered Steel Pedestrian Bridge, Station 39+42 Bid Item K4 — Allowance for Pre -Engineered Steel Pedestrian Bridge, Station 8+66 1. See Specification "01 23 10 — Alternates and Allowances I. Bid Item L5 — Wooden ADA compliant bird watch platform Bid Item L6 — Wooden ADA compliant 5' wide boardwalk with handrails (2' above grade, typ) Bid Item L7 — wooden ADA compliant 5' wide ramps 1. Measurement is per the unit of measure basis indicated on the bid form. 2. Payment includes, but is not limited to, all labor, materials, equipment, tools, fees, incidentals, services, etc. necessary to complete the work. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 11 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 01 33 01 Submittal Register THE SUBMITTAL REGISTER IS NOT ALL INCLUSIVE. CONTRACTOR SHALL REVIEW THE DRAWINGS AND SPECIFICATIONS FOR OTHER REQUIRED SUBMITTALS. Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 00 72 00 Submit proposed detailed baseline CPM schedule 2.04.A.1 Other 00 72 00 Contractor's Schedule of Documents (List of proposed submittals) 2.04.A.2 Other 00 72 00 Submit Schedule of Values 2.04.A.3 Other 00 72 00 Insurance 6.1- 6.14 Other 00 72 00 Substitutions - Contractor certification and proof 12.05.0 Other 00 72 00 Notification of Proposed Street Closure 19.15.E Other 00 72 00 List of subcontractors and suppliers 20.04.A.5.c Other 00 72 00 Contractor's project specific organizational chart 20.04.A.5.d Other 00 72 00 Contractor letter identifying authorized agent 20.04.A.5.e Other 00 72 00 Pre -Installation Meeting(s) - submit notification and meeting minutes 20.04.0 Other 00 72 00 Submit notifications for testing, shutdowns, connections, etc. 20.07.A Other 00 72 00 Submit Record Documents 20.08.D.6 Other 00 72 00 Contractor's Quality Control Plan 21.04.A.1 Plan 00 72 00 Qualifications for Contractor Proposed Testing Lab 21.04.A.2 Qualification 00 72 00 Certified Test Reports 21.04.A.3 Cert. 00 72 00 Submit monthly progress schedule updates 27.01.A Other 00 72 00 Submit pre -construction video 28.01.3 Other 00 72 00 Submit post -construction photographs 28.01.E Other 01 35 00 Action Plan - Proposed Utility Shut Downs 1.02A Plan 01 35 00 Action Plan - Traffic Control Plans 1.02A Plan 01 35 00 Action Plan - Schedules, Procedures, Personnel, Equipment, & Contingency Plan 1.02B Plan 01 57 00 Plan for maintaining stormwater flow during construction. 1.01B, 1.03 Plan 01 57 00 Project Specific Storm Water Pollution Prevention Plan 1.01C, 1.03 Plan 01 57 00 SWPPP - Copies of Notices, Permits, Records and Reports. 1.01C, 1.03 Other 02 58 02 Submit Traffic Control Plan signed and sealed by a Professional Engineer licensed in the State of Texas. 3.0 Shop Drawing 02 58 02 Submit Contractor's and Subcontractor's ATSSA certifications. 3.0 Other 02 58 02 Submit Competent Persons TCS certification (by the ATSS) and emergency phone number. 3.0 Other 02 58 02 Submit Flaggers ATSSA certifications. 3.0 Other 02 62 02 Test Results 3 Other 02 62 06 Product Data, Certifications 2-6 Other 02 62 14 Mix Designs, Product Data, Certifications 2, 3.A-3.B Other Txdot Items 169 Material source name and location; product data Note 1 Other 432 Material source name and location; mix design; material gradation reports; certifications; "Buy America" documentation Form 1818; Mill test reports, certifications, coating reports Note 1 Other Allowance Bid Items 01-23-10 Pulic Art / Culural Exhi bits 1.04.D Other 01-23-10 Wayfinding and Educational Signage 1.04.E Other 01-23-01 Street Signage 1.04.G Other 01-23-01 Pre -Engineered / Precast Vehicular Bridge at Gulfspray Ave. 1.04.1 Other Submittal Register North Beach Drainage, Street, and Eco Park Improvements Project Numbers: 18007, 18162, 22142, 23167 01 33 01-1 10/2018 01 33 01 Submittal Register THE SUBMITTAL REGISTER IS NOT ALL INCLUSIVE. CONTRACTOR SHALL REVIEW THE DRAWINGS AND SPECIFICATIONS FOR OTHER REQUIRED SUBMITTALS. Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 01-23-01 Pre -Engineered / Precast Vehicular Bridge at Beach Ave. 1.04.J Other Alterative Allowances - Submot if Selected 01-23-01 Wayfinding and Educational Signage 1.04.M Other 01-23-01 Pre -Engineered / Prefabricated Pedestrian Bridge at Station 39+42 1.04.N Other 01-23-01 Pre -Engineered / Prefabricated Pedestrian Bridge at Station 8+66 1.04.0 Other 01-23-01 Wooden Timber Observation Tower 1.04.P Other 01-23-01 Wooden Timber Kiosk with Concrete Foundation 1.04.Q Other 01-23-01 Pre -Engineered /prefabricateed Comfort Station 1.04.Q Other Submittal Register North Beach Drainage, Street, and Eco Park Improvements 01 33 01-2 Project Numbers: 18007, 18162, 22142, 23167 10/2018 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. See Drawings for sequencing recommendations. B. Consider the sequences, duration limitations, and governing factors indicated in the Drawings to prepare the schedule for the Work. C. Contractor shall submit proposed sequencing plan, including proposed traffic control plans, for the City's and Engineer's review and approval. Contractor's proposed sequencing plan shall minimize impacts to traffic and utility services. Contractor shall coordinate sequencing plan with other City contractors and TxDOT's contractor. 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 1 month prior to beginning the Work. Special Procedures 0135 00 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2018 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) Water lines One (1) hour* Nighttime* (12:00 A.M. to 5:00 A.M.) $500.00 Sanitary Sewer (gravity & force mains) One (1) hour * Nighttime* (12:OOA.M.to5:00A.M.) $500.00 Sanitary Sewer Lift Station One (1) hour* Nighttime* (12:00 A.M. to 5:00 A.M.) $500.00 *Unless City approves otherwise. B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical for operation of the City's existing sanitary sewer and water line systems. 2. Loss of operation of these existing systems can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in operating existing valves and in draining the existing pipelines as much as possible through existing blow -off valves. The Contractor will be responsible for providing dewatering pumps, additional blow -offs, temporary by-pass systems, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 0135 00 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2018 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 0150 00 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 8/2019 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES 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 0150 00 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 8/2019 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls 0150 00 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 8/2019 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 0150 00 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 8/2019 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities as applicable to the nature and size of the Project. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. Temporary Controls 0157 00 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Rev 8/2019 B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. 1.05 PERMITS A. As applicable, submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project as applicable to the nature of the work and the total disturbed area: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Temporary Controls 0157 00 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Rev 8/2019 Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre - construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off -site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off -site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an Temporary Controls 0157 00 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Rev 8/2019 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot -mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. Temporary Controls 0157 00 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Rev 8/2019 C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, 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 Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER "NOT APPLICABLE" A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory Temporary Controls 0157 00 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Rev 8/2019 agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, [Contractor] [Owner] shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 0157 00 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Rev 8/2019 NORTH BEACH DRAINAGE, STREET AND ECO PARK IMPROVMENTS PART S STANDARD SPECIFICTIONS North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162, 22142, 23167 SECTION 020100 SURVEY MONUMENTS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing survey monuments as required to complete the project. 2. MATERIALS a) Brass Monument Marker: 21/4" diameter brass disk with 31/2" anchor rod to be provided by the City. b) Concrete: Class A, in accordance with Section 030020 "Portland Cement Concrete". c) Rebar: No. 5 deformed bar, 31/2 feet long, in accordance with Section 032020 "Reinforcing Steel". 3. CONSTRUCTION METHODS The location of survey markers shall be established in the field by the Engineer and/or his representative Surveyor. The Engineer and/or his representative Surveyor will provide four off -set stakes with intersecting string line for precise location of horizontal alignment to which the brass disk shall be positioned. The Contractor shall excavate hole and set formwork. Forms shall be placed to a tolerance which allows the precise position of the brass disk to be within one inch of the center of the concrete base. The Contractor shall place concrete in accordance with City Standard Specification Section 038000 "Concrete Structures". At the appropriate time, the Contractor shall place the brass disk (provided by the City) to its precise position in the uncured concrete. The brass disk shall be placed to within 1/4" tolerance of its intended location. Positioning of the base and brass disk will be checked by the Engineer and/or his representative Surveyor. Non-compliance with specified tolerances shall result in replacement at the Contractor's expense. The properly furnished survey monument shall be neat in appearance with the exposed brass face free of cement mortar and constructed to an elevation of approximately one inch of finished grade. (See Survey Markers Detail on the following page.) 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, survey monuments shall be measured as individual units for each monument placed. Payment shall be at the unit price bid, which price shall constitute full compensation for all work, materials, labor, equipment, tools and incidentals required to install the survey monuments complete in -place. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 020100 Page 1 of 2 Rev.10-30-2014 TOP ELEV. APPROX . I ABOVE NATURAL GROUND 0 SILVER SOLDER I/2" O.D.X .065 148. 8< S. GA. BRASS TUBING wit DISC DETAIL N.t S. A cm O PLAN 2" A "CHAMFER REBAR 2" CLEAR NO. 5 REBAR 31-6" LONG CLASS 'A' CONCRETE SECTION A -A SURVEY MARKERS DETAIL Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 020100 Page 2 of 2 Rev.10-30-2014 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 Specifications Rev. 10-30-2014 North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 "Embanlunent". 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 021080 Page 2 of 3 Rev. 10-30-2014 embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay, but shall be subsidiary to the project. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 021080 Page 3 of 3 Rev. 10-30-2014 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022020 Page 1 of 4 Rev. 3-25-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022020 Page 2 of 4 Rev. 3-25-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement -stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete stonn 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". Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022020 Page 3 of 4 Rev. 3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement -stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement -stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022020 Page 4 of 4 Rev. 3-25-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12-inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water -bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single -stage or multiple -stage well point systems, eductor and ejector -type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022021 Page 2 of 10 Rev. 10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing stonn 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022021 Page 3 of 10 Rev. 10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022021 Page 4 of 10 Rev. 10-30-2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement- bentonite grout or cement -sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50-foot intervals and fill pipe with cement-bentonite grout or cement -sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12-inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre -drained prior to excavation. Provide separate piezometers for Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022021 Page 5 of 10 Rev. 10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre -drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022021 Page 6 of 10 Rev. 10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022021 Page 7 of 10 Rev. 10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (TDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on -site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022021 Page 8 of 10 Rev. 10-30-2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Stonn 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022021 Page 9 of 10 Rev. 10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s) prior to entering the storn 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022021 Page 10 of 10 Rev. 10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022022 Page 1 of 1 Rev.10-30-2014 SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond ±1 % deviation from the required moisture or density requirement. Irregularities exceeding %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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022040 Page 1 of 3 Rev.10-30-2014 (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022040 Page 2 of 3 Rev. 10-30-2014 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub -base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's reconunendations, 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022040 Page 3 of 3 Rev. 10-30-2014 SECTION 022060 CHANNEL EXCAVATION 1. DESCRIPTION This specification shall govern all work for Channel Excavation required to complete the project. 2. CONSTRUCTION METHODS Trees, stumps, brush and other vegetation shall be removed and hauled away. Excavated slopes shall be finished in conformance with the lines and grades established by the Engineer. When completed, the average plane of slopes shall conform to the slopes indicated on the drawings, and no point on completed slopes shall vary from the designated slopes by more than 0.5 foot measured at right angles to the slope. In no case shall any portion of the slope encroach on the roadbed. The tops of excavated slopes and the end of excavation shall be rounded. The bottom and sides of the ditch or channel shall be undercut a minimum depth sufficient to accommodate topsoil for seeding, sodding, or slope protection, as indicated on the drawings. All suitable materials removed from the excavation shall be used, insofar as practicable, in the formation of embankments in accordance with City Standard Specification Section 022080 "Embankment", or shall be otherwise utilized or satisfactorily disposed of as indicated on drawings, or as directed, and the completed work shall conform to the established alignment, grades and cross sections. During construction, the channel shall be kept drained, insofar as practicable, and the work shall be prosecuted in a neat workmanlike manner. Unsuitable channel excavation in excess of that needed for construction shall become the property of the Contractor and removed from the site and properly disposed of. 3. SELECTION OF MATERIALS Where shown on the drawings, selected materials shall be utilized in the formation of embankment or to improve the roadbed, provided that the material meets the requirements specified in City Standard Specification Sections 022040 "Street Excavation" and 022100 "Select Material", in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately and deposited in the roadway within the limits and at elevations required. Concrete for lining channels, where specified on the drawings, shall be Class "A" in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, channel excavation shall be measured in its original position and the volume computed in cubic yards by the method of average end areas, or by linear foot of channel or drainage ditch, as specified. Channel excavation shall include, but not be limited to, clearing and removal of vegetation, excavation, de -watering, embankment, compaction, hauling, and disposal. Channel excavation shall not include undercutting to accommodate topsoil, sod, or slope protection. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022060 Page 1 of 1 Rev. 3-25-2015 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather -edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022080 Page 1 of 2 Rev.10-30-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embanlunent or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embanlunents shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 022080 Page 2 of 2 Rev. 10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 comer. 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface) to the line, grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 1/2 inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10-inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section, and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material, reshaping, and re -compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum (+3% maximum) until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately, but shall be subsidiary to other work. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025202 Page 1 of 1 Rev.10-30-2014 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw -cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 025205 Page 1 of 4 Rev. 11-9-2016 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details to be provided on the drawings. Pavement cuts in a street for any utility requires a permit from the Director of Development Services in accordance with City Ordinance 030040, Article III Cuts and Excavations (12-17-2013). The installation of a utility that crosses the ROW at a perpendicular or near perpendicular angle and has an OD of 6" or less will not be permitted to be installed by cutting the road section. Street excavation/cut for a utility in an asphalt roadway shall include a full lane overlay or pavement repair for parallel cuts, or a 12' wide pavement repair for perpendicular cuts. Street excavation/cut for a utility in a concrete roadway shall include full panel replacement. The drawings and/or permit application should include a site specific pavement cut and restoration plan that indicates the general nature of the pavement and roadway (for examples, concrete arterial, asphalt residential) to be cut and restored, the existing pavement section (if known), the location and approximate area of the excavation/pavement repair, including the approximate length and width of the pavement repair in relation to the roadway travel lane(s). 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid -depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 025205 Page 2 of 4 Rev. 11-9-2016 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 SECTION 025208 Soil - Cement Base (S-17) 1. DESCRIPTION This specification shall govern all work required for Soil -Cement Base necessary to complete the project. 2. MATERIALS 2.1 Soil. Soil shall consist of approved material free from vegetation or other objectionable matter encountered in the existing roadbed and other acceptance material used in preparation of the roadbed in accordance with this specification. 2.2 Portland Cement. Cement shall be either Type I or II Portland cement. The Contractor, at his option, may use bulk cement, provided the apparatus for handling, weighing and spreading the cement is approved by the Engineer in writing. Cement weighing equipment shall be as specified below. 2.3 Water. Water shall be free from substances deleterious to the hardening of the cement treatment and shall be approved by the Engineer. 3. EQUIPMENT Equipment necessary for the proper construction of the work shall be on the project, in first-class working condition, and be approved by the Engineer, both as to type and condition, prior to the start of construction operations. The Contractor shall at all times provide sufficient equipment to enable continuous execution of the work and its completion in the required number of working days. Portland cement treatment for materials in place may be constructed with any machine or combination of machines and auxiliary equipment that will produce results as outlined in this specification. Mixing may be accomplished by: (1) a multiple -pass traveling mixing plant or (2) a single -pass traveling mixing plant. The equipment provided by the Contractor shall be operated by experienced and capable workmen and shall be that necessary to provide a cement treatment meeting the requirements herein specified. 4. CONSTRUCTION METHODS 4.1 General. It is the primary requirement of this specification to secure a completed course of treated material containing a uniform Portland cement mixture free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the contractor to regulate the sequence of his work to process a sufficient quantity of material to provide full depth as shown on plans, to use the proper amount of Portland cement, maintain the work and rework the courses as necessary to meet the above requirements. Cement treatment shall not be mixed or placed when the air temperature is below 40F and is falling, but may be mixed or placed when the air temperature is above 35F and is rising, the temperature being taken in 025208 12/9/8 Page 1 of 5 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 the shade and away from artificial heat and with the further provision that cement treatment shall be mixed or placed only when weather conditions, in the opinion of the Engineer, are suitable. 4.2 Preparation of Roadbed. Before other construction operations are begun, the roadbed shall be graded and shaped as required to construct the Portland cement treatment for material in place in conformance with the lines, grades, thickness and typical cross section shown on the plans. Unsuitable soil or material shall be removed and replaced with acceptable soil. The sub grade shall be firm and able to support without displacing the construction equipment and the compaction hereinafter specified. Soft or yielding sub grade shall be corrected and made stable before construction proceeds. 4.3 Pulverization. The soil shall be so pulverized that, at the completion of moist -mixing, when all non -slaking aggregate retained on the No. 2 sieve are removed, the remaining material shall meet the following requirements when tested from the roadway in the roadway condition by Test Method Tex-101-E (Part III). Minimum passing 1-inch sieve Minimum passing No. 4 sieve Percent 100 80 Old bituminous wearing surface shall be pulverized so that 100 percent will pass the 2-inch sieve. 4.4 Application of Cement (Road mix). Portland cement shall be spread uniformly on the soil at the rate specified on the plans or approved by the Engineer. If a bulk cement spreader is used, it shall be positioned by string lines or other approved method during spreading to insure a uniform distribution of cement. Cement shall be applied only to such an area that all the operations can be continuous and completed in daylight within 6 hours of such application. The percentage of moisture in the soil, at the time of cement application, shall not exceed the quantity that will permit uniform and intimate mixture of soil and cement during dry mixing operations, and it shall not exceed the specified optimum moisture content for the soil cement mixture. No equipment, except that used in spreading and mixing, will be allowed to pass over the freshly spread cement until it is mixed with the soil. 4.5 Mixing and Processing. Unless otherwise shown on the plans, either method (a) or (b) below may be used at the option of the Contractor. (a) Multiple -Pass Traveling Mixing Plant. After the cement has been applied, it shall be dry -mixed with the soil. Mixing shall continue until the cement has been sufficiently blended with the soil to prevent the formation of cement balls when water is applied. Any mixture of soil and cement that has not been compacted and finished shall not remain undisturbed for more than 30 minutes. Immediately after the dry mixing of soil and cement is complete, water as necessary shall be uniformly applied and incorporated into the mixture. 025208 12/9/8 Page 2 of 5 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 Pressurized equipment and water supply provided shall be adequate to insure continuous application of the required amount of water to sections being processed within 3 hours of application of the cement. Proper care shall be exercised to insure proper moisture distribution at all times. After the last increment of water has been added, mixing shall continue until a thorough and uniform mix has been obtained. (b) Single -Pass Traveling Mixing Plant. After the cement has been applied it shall be sufficiently dry -mixed with the soil to prevent the formation of cement balls when water is applied. Un-pulverized soil lumps in the soil cement mixture immediately behind the mixer will not be allowed. Should this condition prevail, the Contractor shall "pre -wet" the raw soil as necessary to correct this condition. The water shall be provided with means for visibly and accurately gauging the water application. The water shall be applied uniformly through a pressure spray bar. After cement is spread, mixing operations shall proceed as follows: The mixer shall in one continuous operation mix the air-dry soil and cement full depth, and the required moisture uniformly, thoroughly moist - mix the soil, cement and water, spread the completed soil cement mixture evenly over the machine processed width of the sub grade and leave it in a loose condition ready for immediate compaction. The soil and cement mixture shall not remain undisturbed, after mixing and before compacting, for more than 30 minutes. 4.6 Compaction and Finishing. The material shall be compacted to not less than 98% standard proctor unless otherwise shown on the plans. At the start of compaction, the percentage of moisture in the mixture and in un- pulverized soil lumps, based on over -dry weights, shall not be below or more than two percentage points above the specified optimum moisture content and shall be less than that quantity which will cause the soil cement mixture to become unstable during compaction and finishing. When the un-compacted soil cement mixture is wetted by rain so that the average moisture content exceeds the tolerance given at the time of final compaction, the entire section shall be reconstructed in accordance with this specification at the sole expense of the Contractor. Prior to the beginning of compaction, the mixture shall be in a loose condition for its full depth. The loose mixture then shall be uniformly compacted to the specified density within 2 hours. After the soil and cement mixture, excepting the top mulch, is compacted, water shall be uniformly applied as needed and thoroughly mixed in with a spike tooth harrow or equal. The surface shall then be reshaped to its required lines, grades and cross section and then lightly scarified to loosen any imprint left by the compacting or shaping equipment. The resulting surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned" or "tight bladed" by a power grader to a depth necessary to remove all loosened soil and cement from the section. The surface shall then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present in the mixture; one complete coverage of the section with the flat wheel roller shall be made immediately after the "clipping" operation. When directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense, uniform surface, free of surface compaction planes, is produced. The moisture 025208 12/9/8 Page 3 of 5 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 content of the surface material must be maintained at its specified optimum during all finishing operations. Surface compaction, rolling, blading and finishing shall proceed in such a manner as to produce a smooth, closely knit surface, free of cracks, ridges or loose material conforming to the crown, grade and line shown on the plans, within 3 hours of initial mixing. 5. CURING 5.1 Protection and Cover. After the cement treated course has been finished as specified herein, the surface shall be protected against rapid drying by either of the following curing methods for a period shown on plans but in no case less than 3 days or until the surface or subsequent courses are placed: (a) Maintain in a thorough and continuously moist condition by sprinkling. (b) Apply a 2-inch layer of earth on the completed course and maintain in a moist condition. (c) Apply a single course surface treatment. Unless shown otherwise on the plans, the asphalt shall be HFRS-2, in accordance with "Asphalts, Oils and Emulsions" in the Texas Department of Highways and Public Transportation Standard Specifications. The single course surface treatment shall be placed in accordance with Section 025418 "Surface Treatment, except HFRS-2 asphalt shall be used in lieu of AC-5 and the asphalt shall be applied at .5 gallons per square yard. 5.2 Surface. The surface or other base courses may be applied on the finished base as soon after completion as operations will permit. 6. CONSTRUCTION JOINTS At the end of each day's construction, a straight transverse construction joint shall be formed by cutting back into the total width of completed work to form a true vertical face free of loose and shattered material. Cement treatment for large, wide areas shall be built in a series of parallel lanes of convenient length and width meeting and approval of the Engineer. 7. TRAFFIC Completed sections of cement treated material in place may be opened immediately to local traffic and to construction equipment after application of the single course surface treatment and to all traffic after the final surface course, provided the cement treated course has hardened sufficiently to prevent marring or distorting the surface by equipment or traffic. 8. MAINTENANCE The Contractor shall be required, within the limits of his contract, to maintain the cement treated course in good condition until all work has been completed and accepted. Maintenance shall include immediate repairs of any defects that may occur. This work shall be done by the Contractor at his own expense and repeated as often as may be necessary to keep the area continuously intact. Faulty work shall be replaced for the full depth of treatment. It is the intent of this specification that the Contractor constructs the plan depth of cement treatment in one homogeneous mass. 025208 12/9/8 Page 4 of 5 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 9. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Soil -Cement Base shall be measured by the square yard at each application rate specified. Measurement shall include, but not be limited to, furnishing, storing and applying cement; preparation of roadbed, application of cement, mixing, watering, compacting, finishing, curing and maintenance; and all other work as specified. 025208 12/9/8 Page 5 of 5 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 SECTION 025210 LIME STABILIZATION 1. DESCRIPTION This specification shall consist of treating the subgrade, subbase or base by the pulverizing, addition of lime, mixing and compacting the mixed material to the required density. This specification applies to natural ground, embankment, existing pavement structure or proposed base, and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. 2. MATERIALS (1) The lime shall be a commercially produced "Hydrated Lime" in accordance with AASHTO M216, or in accordance with TxDOT Specification Item 260. The specifications apply specifically to the normal hydrate of lime made from "high - calcium" type limestone. Hydrated lime for stabilization purposes shall be applied as a slurry. (2) Lime to be used for the treated subgrade, existing subbase, existing base or proposed base is determined by preliminary tests and shall be applied at a rate indicated on the drawings, but no less than 6%. 3. EQUIPMENT The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Hydrated lime shall be stored and handled in closed weatherproof containers until immediately before distribution on the roadbed. If storage bins are used, they shall be completely enclosed. Hydrated lime in bags shall be stored in weatherproof buildings with adequate protection from ground dampness. If lime is furnished in trucks, each truck shall have the weight of lime certified on public scales. If lime is furnished in bags, each bag shall bear the manufacturer's certified weight. Bags varying more than 5 percent from that weight may be rejected and the average weight of bags in any shipment, as shown by weighing 50 bags taken at random, shall not be less than the manufacturer's certified weight. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025210 Page 1 of 4 Rev. 9-2-2020 4. CONSTRUCTION METHODS General - It is the primary requirement of this specification to secure a completed course of treated material containing a uniform lime mixture, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work, to use the proper amount of lime, maintain the work and rework the courses as necessary to meet the above requirements. Application - Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. Unless otherwise shown on drawings, lime shall be applied at a rate in pounds of dry -hydrated lime per square yard, in the form of a slurry. Application rate may be varied by the Engineer, if conditions warrant, but no less than 6% must be applied. Certification of lime quantity and quality shall be provided as required to monitor the application. Certification should be in the form of weight tickets which indicate the actual weight of dry hydrated lime, CA(OH)2. The application and mixing of lime with the material shall be accomplished by the method hereinafter described. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Mixing - The mixing procedure shall be as hereinafter described. (a) First Mixing. The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of material and lime is obtained, free from all clods or lumps. Materials containing plastic clays or other material which will not readily mix with lime shall be mixed as thoroughly as possible at the time of the lime application, brought to the proper moisture content and left to cure 1 to 4 days as directed by the Engineer. During the curing period, the material shall be kept moist as directed. (b) Final Mixing: After the required curing time, the material shall be uniformly mixed by approved methods. If the soil binder -lime mixture contains clods, they shall be reduced in size by raking, blading, discing, harrowing, scarifying or the use of other approved pulverization methods. After mixing, the Engineer may sample the mixture at roadway moisture and test in accordance with TxDOT Tex-101-E (Part III) — Preparation of Soil and Flexible Base Material for Testing, to determine compliance with the gradation requirements in Table 1. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025210 Page 2 of 4 Rev. 9-2-2020 Table 1 Gradation Requirements (Minimum % Passing) Sieve Size Base Subgrade 1-3/4" 100 100 3/4" 85 85 #4 — 60 Old bituminous wearing surface shall be pulverized so that 100% will pass a 2 '/2" sieve. During the interval of time between applications and mixing, hydrated lime that has been exposed to the open air for a period of 6 hours or more, or to excessive loss due to washing or blowing, will not be accepted for payment. Compaction - Compaction of the mixture shall begin immediately after final mixing and in no case later than 3 calendar days after final mixing, unless approval is obtained from the Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted as hereinafter specified. If the total thickness of the material to be treated cannot be mixed in one operation, the previously mixed material shall be bladed to a windrow just beyond the area to be treated and the next layer mixed with lime as previously specified. The first layer of the material shall be compacted in such a manner that the treated material will not be mixed with the underlying material. The course shall be sprinkled as required to maintain moisture content on the wet side of optimum and compacted to the extent necessary to provide the specified density. Unless shown otherwise on the drawings, all lime treated subgrades, sub -bases, and bases that are not in direct contact with surface or binder course shall be compacted to a minimum of 95% Standard Proctor density (AASHTO T99), unless otherwise specified. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests, as necessary, will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Rework, when required to meet pulverization requirements or density requirements, shall include the addition of lime, about 10% to 15% of the initial application rate, or as deemed necessary by the Engineer. A new optimum density will be obtained. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the drawings and to the established lines and grades. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025210 Page 3 of 4 Rev. 9-2-2020 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, lime stabilization for bases, sub -bases and subgrade shall be measured by the square yard of lime -stabilized material in place. Pulverizing, mixing, watering grading, compacting, working material etc., shall not be measured for pay but shall be subsidiary to other work. Payment shall be full compensation for all materials, labor, equipment, tools, and incidentals necessary for the completion of work. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025210 Page 4 of 4 Rev. 9-2-2020 SECTION 025213 ASPHALT STABILIZED BASE (S-26) 1. DESCRIPTION "Asphalt Stabilized Base" shall consist of base courses, subbase courses, or foundation courses to be composed of a compacted mixture of mineral aggregate and asphaltic material mixed hot in a mixing plant. 2. MATERIALS (a) Asphalt: Asphalt for the mixture shall be of the type and grade as determined by the Engineer and shall meet the requirements of Section 025404 entitled "Asphalts, Oils, and Emulsions". (b) Tack Coat: The asphaltic material for tack coat shall meet the requirements for emulsified asphalt EA-11M or shall be a cutback asphalt made by combining 50 to 70 percent by volume of the asphaltic material specified for the paving mixture with 30 to 50 percent by volume of gasoline or kerosene. Asphaltic materials shall meet the requirements of Section 025404 entitled "Asphalts, Oils, and Emulsions". (c) Mineral Aggregate: The material shall consist of durable coarse aggregate particles, crushed or uncrushed, with approved binding materials and screened as necessary to meet the following gradation requirements. Percent Retained Square Sieve Size By Weight 2" 0 1-1/4" 0-2 #4 45-75 #40 60-85 The mineral aggregate shall also meet the following physical requirements. Wet Ball Mill 50 max. Plasticity Index (P.I.) 15 max. Liquid Limit (L.L.) 55 max. Sand equivalent value shall not be less than 40 Testing of mineral aggregates shall be in accordance with the appropriate Texas Highway Department standard laboratory test procedures. 3. MIXTURE The mixture shall be uniform and shall contain 6.0 percent by weight of asphaltic material. Samples of the material, when tested, shall not vary from the designated asphalt content by more than 0.5 percent dry weight (based on total mixture). 4. EQUIPMENT Equipment used in mixing, spreading, finishing, and compacting the material shall conform to the requirements of Section 025424 entitled "Hot Mix Asphaltic Concrete Pavement", Subsection 4 entitled "Equipment". 025213 R-8/17/81 Page 1 of 2 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 5. STOCKPILING, STORAGE, PROPORTIONING, AND MIXING These requirements shall be as specified in Section 025424, Subsection 5. 6. CONSTRUCTION METHODS Construction methods shall conform to the requirements of Section 025424, Subsection 6. 7. MEASUREMENT AND PAYMENT Asphalt stabilized base shall be measured by the square yard. Payment shall be made at the contract unit bid price, per square yard, and shall constitute full compensation for all labor, material, equipment, and incidentals necessary to complete the asphalt stabilized base course in accordance with this specification and to the lines, grades, thickness, and typical section shown on the plans. 025213 R-8/17/81 Page 2 of 2 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025223 Page 1 of 2 Rev.3-25-2015 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within ± 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within ±1 % deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025223 Page 2 of 2 Rev. 3-25-2015 SECTION 025402 PLANING ASPHALTIC SURFACES (S-27A) 1. DESCRIPTION This specification shall govern all work required for planing an existing asphaltic concrete pavement required to complete the project. 2. EQUIPMENT Planer shall be a self propelled planing machine capable of removing, in one pass, a.c. surface to any required thickness less than 9 inches, in a minimum of 6-foot width. The planer shall be capable of accurately and automatically establishing profile grades along each edge of the machine by referencing from the existing pavement or curb and shall have an automatic system for controlling cross slope. The machine shall be equipped with an integral loader to remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (street sweepers, loaders, water trucks, etc.) and personnel will also be provided to minimize dust and remove all cuttings. The planer shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. Any machine that is incapable, in the opinion of the Engineer, of meeting these requirements will not be permitted to be used. Various machines may be permitted to make trial runs to demonstrate to the Engineer the capabilities of that machine. 3. CONSTRUCTION METHODS The pavement surface shall be removed to the depth, width, grade and cross section as shown on the plans, or as directed by the Engineer. The Engineer may require that the pavement planing operation be referenced from an independent grade control in those areas where he deems this type of control to be appropriate. For this type of operation, the independent grade control shall be established and maintained by the Contractor in a manner acceptable to the Engineer, and the final position of it shall be acceptable to the Engineer. In the event the entire pavement width along a section of street has not been planed to a flush surface by the end of a work period resulting in a vertical or near vertical longitudinal face extending more that 1.25 inches in height, this longitudinal face shall be sloped in a manner acceptable to the Engineer so as not to create a hazard to traffic. Traverse faces that are present at the end of a work period shall be tapered in a manner approved by the Engineer to avoid creating a hazard for traffic. Unwanted loose material resulting from the operation shall become property of the Contractor and disposed of by the Contractor in an acceptable manner. When located adjacent to steep curbs, pavement that cannot be removed by the planing machine shall be removed by other methods acceptable to the Engineer and the pavement and curb surface shall be cleaned of all debris and left in a neat and presentable condition. 025402 Rev 12-30-8 Page 1 of 2 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 In planed areas where traffic is permitted, "Grooved Pavement Ahead" Signs shall be erected in advance of the planed areas. Signs shall be erected prior to planing in the areas and shall be maintained in place while the planed area is overlaid. Signs shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" and "Standard Highway Sign Designs for Texas". In planed areas where traffic is permitted, a safe and satisfactory riding surface shall exist. Unless otherwise shown on the plans or directed by the Engineer, the grade reference used by the Contractor may be of a type approved by the Engineer. Control points, if required by the plans or Engineer, will be established for the finished grade by the Engineer. These points will be set at intervals not to exceed 50 feet. The Contractor shall set the grade reference for the sensor of the automatic control to follow from the control points established by the Engineer, and this grade reference shall have sufficient support so that the maximum deflection shall not exceed 1/16 inch per 25 feet. The planed surface shall be smooth and true to the established line, grade and section, When tested with a 10 foot straightedge placed parallel to the centerline of the roadway or tested by equivalent or acceptable means, except as provided herein, the maximum deviation shall not exceed 1/8 inch in 10 feet. Any point in the planed surface not meeting this requirement shall be corrected as directed by the Engineer. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Planning Asphalt shall be measured by the square yard of pavement surface area planed. Measurement will be made only one time for an area, regardless of the number of passes required to be made in order to achieve the desired results. Payment will be made at unit price bid and shall include, but not be limited to, all planing, cleaning, loading, hauling, signs, labor, tools, equipment and incidentals required to complete the work. 025402 Rev 12-30-8 Page 2 of 2 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025404 Page 1 of 1 Rev.10-30-2014 SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50° F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC-30 medium -curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thennometer at the storage -heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev.10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 SECTION 025414 AGGREGATE FOR SURFACE TREATMENT 1. DESCRIPTION This specification establishes the requirements for surface aggregate to be used in the construction of surface treatments and seal coats. The type, grade, and surface aggregate classification (SAC) of aggregate shall be as specified in the applicable specification or as shown on the drawings. 2. AGGREGATE A. Materials. Furnish uncontaminated materials of uniform quality throughout that meet the requirements of the drawings and specifications. Materials shall meet the applicable requirements of TxDOT Specification Item 302 "Aggregates for Surface Treatments" (latest edition). 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, aggregate for surface treatment and seal coats shall not be measured and paid separately, but shall be subsidiary to the construction in which these materials are used. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025414 Page 1 of 1 Rev. 3-25-2015 SECTION 025416 SEAL COAT 1. DESCRIPTION This specification shall consist of a surface treatment composed of a single or multiple application of asphalt covered with aggregate for the sealing of existing pavements in accordance with this specification. Seal coats shall not be applied when the air temperature is below 60°F and falling, but may be applied when the air temperature is above 50°F and rising; the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS (1) Asphaltic Materials. The asphaltic material used shall be AC-5 (AC-3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", whichever is called for on the plans. (2) Aggregate. Single Course - The aggregate used shall be Type PA (pre -coated aggregate), Grade 5 (1/2" maximum size), as described in specification Section 025414 "Aggregate For Surface Treatment". Multiple Course - The aggregate used for multiple course seal coat shall be the same as for single course, except Grade 4 (5/8" maximum size) aggregate will be required for the first course, and Grade 5 (1/2" maximum size) aggregate will be required for the second and third (surface) courses, as shown in the plans and specifications. 3. CONSTRUCTION METHODS The area to be treated shall be cleaned of dirt, dust or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of asphaltic material. Asphaltic material shall be applied on the cleaned surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphaltic material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025416 Page 1 of 2 Rev. 3-25-2015 Asphaltic material may be applied for the full width of the seal coat in one application unless the width exceeds 26 feet. Asphaltic material shall not be applied until immediate covering with aggregate is assured. Immediately after the application of asphalt, the aggregate shall be evenly spread over the surface. Mechanical spreading devices shall be of a type approved by the Engineer. The cover material must be evenly and accurately distributed to the end that an even and smooth surface is obtained. Immediately after the aggregate has been applied, the surface shall be adequately raked and broomed to insure uniformity. As soon as proper distribution of aggregate can be obtained, the surface shall be flat -rolled with a roller having a gross weight of not less than four (4) tons and not more than ten (10) tons. The Contractor shall so arrange his work that the rolling of all aggregate applied that day shall be completed on the road before daylight. The asphalt and aggregate shall be applied at the approximate rate indicated on plans within the limits of the following schedule or as directed by the Engineer. Gallons of Asphalt Aggregate Per Square Yard Cu.Yd. to Sq.Yd. Min. Max. Min. Max. Asphalt Cement 0.15 0.30 1:200 1:100 The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. All holes or failures in the seal coat surface shall be repaired by use of additional asphalt and aggregate, and all fat or bleeding surfaces shall be covered with approved cover material in such manner that the asphaltic material will not adhere to or be picked up on the wheels of vehicles. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The temperature of application shall be within the limits recommended in City Standard Specification Section 025404 "Asphalts, Oil and Emulsions", with that being 220 to 300 degrees F for AC-3, and 275 to 350 degrees F for AC-5. 4. MEASUREMENT AND PAYMENT Unless otherwise indicated in the Bid Form, seal coat will be measured by the square yard in place to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for cleaning and sprinkling the existing surface; for furnishing, preparing, hauling and placing all materials; for all freight involved; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025416 Page 2 of 2 Rev. 3-25-2015 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025424 Page 1 of 8 Rev. 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement maybe incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course Binder Course Arterial Surface Course Binder Course Base Courses PG 70-22 PG 64-22 PG 76-22 PG 64-22 PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job -mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job -mix with properties in compliance with these specifications, and when properly placed the job -mix will be durable Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025424 Page 2 of 8 Rev. 3-25-2015 and stable. The sieve analysis of the job -mix shall be within the range of the Master Gradation and Tolerances specified herein. The job -mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job -mix; percent passing versus size on four-cycle semi -log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Sieve Size Type A Course Base B Fine Base C Course Surface D Fine Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA % minimum 11 12 13 14 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025424 Page 3 of 8 Rev. 3-25-2015 * 2-8 when TxDOT Test Method Tex-200-F, Part II (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job -mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge -Storage System. A surge -storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025424 Page 4 of 8 Rev. 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025424 Page 5 of 8 Rev. 3-25-2015 rising but not when the air temperature is 50 degrees F and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025424 Page 6 of 8 Rev. 3-25-2015 6.7. In -Place Density. In -place density control is required for all mixtures except for thin, irregular level -up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and no individual deten-nination 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025424 Page 7 of 8 Rev. 3-25-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025424 Page 8 of 8 Rev. 3-25-2015 SECTION 025608 INLETS 1. DESCRIPTION This specification shall govern for the construction of inlets complete in place and the materials used therein, including the installation, and the furnishing of frames, grates, rings and covers. 2. TYPES The various types of inlets are designated on the drawings by letters or by numbers indicating the particular design of each. Each type shall be constructed in accordance with the details shown on the drawings and to the depth required by the profiles and schedules given. 3. MATERIALS (1) Concrete. Concrete for curb inlets shall be Class "A" concrete conforming to the requirements of City Standard Specification Section 038000 "Concrete Structures", and City Standard Specification Section 030020 "Portland Cement Concrete", except as otherwise provided on the drawings. Concrete for grate inlets, drop inlets and post inlets shall be Class "C" concrete in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (2) Mortar. Mortar shall be composed of one part Portland cement and two parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete" for fine aggregate. Hydrated lime or lime putty may be added to the mix but in no case shall it exceed 10 percent by weight of the total dry mix. (3) Reinforcing Steel. Reinforcing Steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel". (4) Concrete Blocks. Concrete blocks, when shown on the drawings, shall conform to the requirements of ASTM C 139. (5) Frames, Grates, Rings and Covers. Frames, grates, rings and covers shall conform to the requirements of City Standard Specification Section 055420 "Frames, Grates, Rings and Covers". (6) Cast Iron. Cast iron for supports and inlet units shall confonn to the shape and dimensions shown on the plans. The castings shall be clean and perfect, free from sand or blow holes or other defects. Cast iron castings shall conform to the requirements of "Gray Iron Castings" ASTM A 48, Class 30. 025608 Page 1 of 2 Rev. 3-25-2015 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 4. CONSTRUCTION METHODS (1) General. All concrete work shall be performed in accordance with the requirements of City Standard Specification Section 038000 "Concrete Structures", unless otherwise specified. Fonns will be required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face. (2) Inlets for Precast Concrete Pipe Sewers. The construction of inlets for precast concrete pipe sewers shall be done as soon as is practicable after sewer lines into or through inlet locations are completed. All sewers shall be cut neatly at the inside face of the walls of inlet and pointed up with mortar. Subgrade under cast -in -place and precast inlets shall be compacted to not less than 95% Standard Proctor density. (3) Inverts. The inverts passing out or through the inlet shall be shaped and routed across the floor of inlet as shown on the plans. This shaping may be accomplished by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. (4) Finishing Complete Inlets. Inlets shall be completed in accordance with the drawings. Backfilling to finish grade elevation with native material, free of debris and compacted to over 95% Standard Proctor density. Backfilling shall be in accordance with the provisions of City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, inlets shall be measured as individual units by each inlet, complete in place. Extension to inlets will be measured by each extension separately from the inlet. Excavation, backfill, frames, grates, rings and covers will be considered subsidiary to the construction of the inlets. Payments shall be full compensation for furnishing all concrete, reinforcing steel, mortar, castings, frames, grates, rings and covers, and for all other materials, labor, tools, equipment and incidentals required to perform the work prescribed above. 025608 Page 2 of 2 Rev. 3-25-2015 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 unifonn 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5-foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev. 3-25-2015 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or #4 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches, prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel S < 1:12 Side slope of ramp (flare) S < 1:10 Cross slope 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp S < 1:20 Driveways abutting tied sidewalks .. S < 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev. 3-25-2015 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev. 3-25-2015 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 proj ect. 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025802 Page 1 of 3 Rev. 10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all tunes in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." Example Blue Sign 24' to 30" VANAN GABE\ _01+ 4. MEASUREMENT AND PAYMENT I2` to 1t!` Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025802 Page 2 of 3 Rev. 10-30-2014 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025802 Page3of3 Rev. 10-30-2014 SECTION 025805 WORK ZONE PAVEMENT MARKINGS 1. SCOPE. This specification covers the placement, maintenance and removal of work zone pavement markings, which are temporary pavement markings to be placed on roadways that are open to traffic during various work phases, as required to complete the project. 2. GENERAL REQUIREMENTS. The pavement marking material shall consist of an adhesive -backed reflective tape that can be applied to the pavement, Markings are to be 3M Staymark or approved equal. Markings shall be of good appearance, have straight, unbroken edges and have a color that complies with all FHWA regulations. 3. DIMENSIONS. Pavement markings shall be minimum of 3-7/8 inches wide. Lengths and spacing will be as specified. 4. COLOR. The markings, as well as retroreflected light from the markings, shall be white or yellow as called for on the drawings. 5. VISIBILITY. When in place, the pavement markings (during daylight hours) shall be distinctively visible for a minimum of 300 feet. When in place, the pavement markings (when illuminated by automobile low -beam headlights at night) shall be distinctively visible for a minimum of 160 feet. The above day and night visibility requirements shall be met when viewed from an automobile traveling on the roadway. 6. PLACEMENTS AND MAINTENANCE. At sunrise and sunset of each day and before each phase change, work zone pavement markings meeting all specification requirements shall be in place on all roadways on which traffic is allowed and where suitable permanent pavement markings are not in place. The transverse location of the line(s) formed by the markings shall be as determined by the Engineer. Unless otherwise shown on the drawings, work zone markings shall be placed as follows: Condition Spacing Length of Stripe Straight 80 feet (approximate) 24 inches Curve < 2 80 feet (maximum) 24 inches Curve > 2 40 feet (maximum) 24 inches The spacing of stripes may be modified by the Engineer. However, the maximum spacing specified above shall not be exceeded in any case. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025805 Page 1 of 2 Rev. 10-30-2014 The Contractor will be responsible for maintaining the work zone pavement markings for a maximum period of two weeks. If, however, the Contractor is also responsible for placing the standard pavement markings, the Contractor will be responsible for maintaining the work zone pavement markings until permanent pavement markings are in place. 7. REMOVAL. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for on the drawings. 8. MEASUREMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work zone pavement markings shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025805 Page 2 of 2 Rev. 10-30-2014 SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings. Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop -on glass beads conforming to TxDOT Departmental Material Specification DMS-8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations - Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray -type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross -sections and clear -out edges without running of spattering and within the limits for straightness set forth herein. 025807 Page 1 of 3 Rev.10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall 025807 Page 2 of 3 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025813 Page 1 of 3 Rev. 3-25-2015 (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer, material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. (8) Clean -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, unifonn appearance, and shall be free of unsightly conditions. Markings shall be free of ragged edges, misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro-reflectance when observed in accordance with TxDOT Test Method Tex- 828-B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the final delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025813 Page 2 of 3 Rev. 3-25-2015 6. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, preformed striping, words and emblems shall be measured by each type and color indicated on the Bid Form including preformed arrows and words or other symbols as indicated in the Bid Form. Payment shall be full compensation for cleaning the pavement by any suitable means other than blast cleaning, for furnishing and placing all materials, and for all labor, tools, equipment and incidentals necessary to complete the work. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 025813 Page 3 of 3 Rev. 3-25-2015 SECTION 025816 RAISED PAVEMENT MARKERS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers required to complete the project. 2. 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 II-C-R Shall contain two reflective faces, one of which shall reflect white light and the other face shall reflect red light, and the body other than the reflective faces shall be white, silver or light gray, or may be one- half red on the side that reflects red light. ADHESIVE for securing raised pavement markers to asphalt or concrete surfaces shall conform to Reference Specification Section 025828 "Bituminous Adhesive for Pavement Markers" (TxDOT Departmental Materials Specification 6130). 3. METHODS PAVEMENT SURFACE to receive raised pavement markers shall be prepared such that the surface is free of loose material, grease, moisture, and other foreign material that could impair the bond with the adhesive. ALIGNMENT AND POSITIONING of raised pavement markers shall be such that the reflective faces are aligned for proper visibility. ADHESIVE shall be applied such that 100% of the lower surface of the marker is in contact with the adhesive and in sufficient quantity to serve as a cushion between the marker and the paved surface. Any surplus adhesive shall be removed so that the visibility of the marker is not impaired. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, raised pavement markers shall be measured as individual units for each type installed, if included as a bid item in the Bid Form. Payment shall include, but not be limited to, furnishing and installing markers complete with adhesive, and shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 025816 Page 2 of 2 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE: JANUARY 2010 4200.1. Description. This Specification governs for the pre -qualification, testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled "Jiggle Bar Tiles, Pavement Markers, and Traffic Buttons," require no further testing, unless deemed necessary by the Project Engineer or CST/M&P. 4200.4. Bidders' and Suppliers' Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. 4200.5. Pre -Qualification Procedure. The pre -qualification procedure consists of several steps, listed below, which are described in more detail in the following subsections: • Pre -qualification request, • Laboratory testing, • Field testing, • Provisional qualification, • Project evaluations, • Full qualification, • Periodic evaluation, • Disqualification, and • Re -Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier's contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department; however, the costs to sample, test, and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CST/M&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXAS DEPARTMENT OF TRANSPORTATION Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 1 — 7 EFFECTIVE DATE: JANUARY 2010 025818 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) A. Pre -Qualification Request. Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials & Pavements Section (CP51), 125 East l lth 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 2 — 7 EFFECTIVE DATE:JANUARY 2010 025818 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1. NTPEP Testing. Submit NTPEP test data to CST/M&P for review if available. CST/M&P will acknowledge receipt of NTPEP data and will provide results of review within one month of receipt. The 12-month NTPEP test results for the pre -qualification of RPMs must meet the following: • all the requirements specified in ASTM D 4280 for the tests performed by NTPEP; • a retention rate equal or greater than 90 % of the placed RPMs (excluding the RPMs removed for testing); • a visual evaluation of 3 or greater, as defined by the most recent NTPEP Project Work Plan for Field Evaluations of Raised Pavement Markers and Marker Adhesives, for the marker case and marker lens for a minimum of 90 % of the placed RPMs (excluding the RPMs removed for testing); and • the minimum retroreflectivity values required after 12 months on the roadway listed in Table 1. 2. Application. Provide the name of the contractor, the traffic control plan, and the manufacturer and product code for the adhesive at least two weeks prior to the application for CST/M&P review and approval. CST/M&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/M&P will provide between fifty and one hundred RPMs of each submitted type for application from the samples submitted for laboratory testing. Testing of submitted markers occurs concurrently with a set of control RPMs, for compliance with the requirements of this specification. Control markers are those RPMs currently listed on the MPL; if the MPL is reorganized and no marker exists to act as a control, an RPM that has undergone the most recent NTPEP testing on both asphalt and concrete will be used. Supplier is responsible for application of the RPMs in the presence of CST/M&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/M&P of any problems or concerns with the installation within one week of application and request a re -installation, if necessary. 3. Evaluation. CST/M&P will notify supplier of a suggested date for field testing evaluation at least one month prior to completion of the 12-month field trial. Provide the name of the contractor and traffic control plan for the evaluation at least 2 weeks prior to the scheduled evaluation date. Materials must meet the following requirements: a. Retention Rate. The retention rate of the test RPMs must be no less than 5% below that of the control RPMs. TEXAS DEPARTMENT OF TRANSPORTATION Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 3 — 7 EFFECTIVE DATE:JANUARY 2010 025818 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 4 — 7 EFFECTIVE DATE: JANUARY 2010 025818 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) 2. Failure. CST/M&P will revoke provisional qualification for RPMs that do not meet the performance criteria and will remove the RPMs from the MPL. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. F. Periodic Evaluation. Periodic evaluation consists of random department -initiated laboratory testing, audits, and periodic required submittals or field testing. 1. Department -Initiated Laboratory Testing and Audits. The Department may conduct random sampling (per Tex-729-I) and testing on pre -qualified RPMs to identify changes in the material or nonconformity in production and to perform random audits of test reports. 2. Required Submittals or Field Testing. Every 5 years, provide NTPEP data showing continued compliance with the requirements of this specification. G. Disqualification. Causes for disqualification and removal from the MPL include, but are not limited to, the following: • material fails to meet the requirements stated in this specification; • the producer fails to report changes in the composition, manufacturing process, or design to CST/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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 5-7 EFFECTIVE DATE: JANUARY 2010 025818 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) • Type II-C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver -white. B. Appearance Requirements. The outer surface of the RPMs must be smooth except for the molding or stamping of the manufacturer's unique imprint. All corners and edges exposed to traffic must be rounded. C. Optical Requirements. The RPMs must be capable of providing amber, red, or white light reflection as required by the requisition or plans. The reflected light of each reflective face must conform to the minimum reflective specific intensity (SI) requirements listed in Table 2, measured in candelas per foot-candle (cd/fc). Table 2 Minimum SI per Reflective Face at 0.2° Observation Angle (cd/fc) Horizontal Entrance Angle Crystal Amber Red 0° 3.00 2.00 0.75 20° 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex-434-A, the minimum strength of five markers must be 2,000 lb. with none exhibiting a deformation of more than 0.125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex-434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,000 lb. load. The following equation is used to determine the quality index value: 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 subjected to the requirements of Tex-846-B marker in a vertical position. The SI of the pavement marker must not be subjected to the heat test. change in physical or optical properties when . The temperature will be 140°F with the less than 80% of its initial value after being TEXAS DEPARTMENT OF TRANSPORTATION 6-7 EFFECTIVE DATE: JANUARY 2010 Specifications 025818 North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) F. Impact Test. The RPMs will be impact tested during the pre -qualification process. They will be impacted with a 20-1b. weight in the form of a 2-in. solid right -circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre -qualification. 4200.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 7 —7 EFFECTIVE DATE: JANUARY 2010 025818 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS 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 tiller; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip -sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71 °C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F) using either air or oil -jacketed melters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Property Material Standard Adhesive Flexible Adhesive Test Method min max min max Softening Point, °F ASTM D 36 200 200 Penetration, 100 g, 5 s, 25°C (77°F), 0.1 mm ASTM D 5 10 20 15 254 Flow, 5 hr., 70°C (158°F), mm 5 54 Heat Stability Flow, 5 hr., 70°C (158°F), mm 5 5 Viscosity, 10 rpm, 204°C (400°F), Pa-s 7.5 7.5 Flash Point, C.O.C., °F ASTM D 92 550 550 Ductility, 5 cm/min, 77°F, cm AASHTO T 51 - 15 - Flexibility, 1 in. mandrel, 90° bend, 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329; heat the sample as described in ASTM D 5, Section 7.1. 2. Exception to ASTM D 5329; condition the sample as described in "Test Methods." 3. As modified in "Test Methods" 4. Maximum penetration of 30 is allowed provided the result of the flow test is less than l mm. TEXAS DEPARTMENT OF TRANSPORTATION Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 1 — 3 LAST REVIEWED: SEPTEMBER 2014 025828 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler -free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler -Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in.) 25 ASTM D 5 Viscosity, 135°C (275°F) Pa-s (Poises) 1.2 (12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: ASTM C 430, as modified in 45 pm (No. 325) 75 -- Section 6130.4. 75 [tin(No. 200) 95 -- 100 -- 150 µm (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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 2 — 3 LAST REVIEWED: SEPTEMBER 2014 025828 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 + 3°C (160 + 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 751.im (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 601b.) 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 3 — 3 LAST REVIEWED: SEPTEMBER 2014 025828 SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of (in order): M. J. Plug or Cap, drilled and tapped (2") 2" x 6" Galvanized Nipple 2" Galvanized 90° Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026201 Page 1 of 1 Rev. 10-30-2014 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one -inch (1") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026202 Page 1 of 2 Rev. 10-30-2014 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L = SD(P). or L = N D (P) 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND(P)��� 4,000 PVC Pipe - Uni-bell equation 99 L=ND(P)��� 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026202 Page 2 of 2 Rev. 10-30-2014 SECTION 026204 POLYVINYL CHLORIDE PIPE fASTM D 2241 Pressure Pipe for Wastewater Force Mains, Irrigation Systems and Water Transmission Lines) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (ASTM D 2241) required to complete the project. 2. MATERIALS PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds as defined in ASTM D 1784 with an established hydrostatic design base of 4000 psi for water at 73.4° F. 3. DIMENSIONS Pipe shall be manufactured to standard steel pipe O.D. (IPS), with dimensions and tolerances in accordance with ASTM D 2241. 4. JOINTS Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel in accordance with ASTM D 3139. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (for High Head). 6. PIPE PRESSURE RATING AND STANDARD DIMENSION RATIO The pressure rating and SDR for PVC pipe (ASTM D 2241) shall be as indicated on the drawings. Pressure rating shall be based on the ISO equation in Section 4.5 of ASTM D 2241 with a maximum allowable hydrostatic design stress of 2000 psi (Safety Factor of 2.0). 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with Section 9 of ASTM D 2241. Unmarked or scratched pipe shall be rejected. 026204 Page 1 of 2 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 8. CERTIFICATION The Contractor shall furnish, in duplicate to the Engineer, a copy of the manufacturer's affidavit of compliance with this specification. Certification shall accompany each delivery of materials, to include gaskets. 9. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, PVC pipe (ASTM D 2241) will be measured by the linear foot along the centerline for each size installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, pipe, and equipment for hauling, bracing, trench excavation, testing, backfilling, and for all cleaning up and other incidentals necessary to install the pipe complete in place, per linear foot. 026204 Page 2 of 2 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026206 Page 1 of 3 Rev. 10-30-2014 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026206 Page 2 of 3 Rev. 10-30-2014 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026206 Page 3 of 3 Rev. 10-30-2014 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" Over 12" 7. CAUSE FOR REJECTION AWWA C900 AWWA C905 Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026210 Page 1 of 2 Rev. 3-25-2015 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026210 Page 2 of 2 Rev. 3-25-2015 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste -like consistency immediately prior to placing flowable grout. B. Soil -Lime Mix Design: The following is given as a typical mix design for soil -lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev.10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 Trial Mix Design: Damp Soil 10001b. Lime 501b. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil -lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned -in -place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026402 Page 1 of 5 Rev. 3-25-2015 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 pennanent 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026402 Page 2 of 5 Rev. 3-25-2015 (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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026402 Page 3 of 5 Rev. 3-25-2015 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026402 Page 4 of 5 Rev. 3-25-2015 (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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026402 Page 5 of 5 Rev. 3-25-2015 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high -quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-'/2" & 2" sizes 026404 Page 1 of 2 Rev. 3-25-2015 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-1/2" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include, but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor, equipment, tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev. 3-25-2015 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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 confonn 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026409 Page 1 of 1 Rev. 3-25-2015 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 0-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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026411 Page 1 of 2 Rev. 3-25-2015 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026411 Page 2 of 2 Rev.3-25-2015 SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants - Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff - The shutoff shall be of the compression type only. c) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications - Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-1/2") 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026416 Page 1 of 3 Rev. 3-25-15 k) Tapping of Drain Opening - Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain - Not required. m) Direction to Open - The hydrants shall open left (counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one -eighth inches (1-1/8") point to face at top of nut. p) Nozzle Cap Chains - Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one -quarter inches (5-1/4") inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. s) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non -corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O"-ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O"-ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O"-ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026416 Page 2 of 3 Rev. 3-25-15 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 026416 Page3of3 Rev. 3-25-15 SECTION 027200 CONTROL OF WASTEWATER FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge 4) Configuration, routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks, if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right- of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service, if necessary. 9) All other City -department and Regulatory requirements. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027200 Page 1 of 7 Rev. 10-30-2014 10) Sewer plugging locations, method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY / AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non -emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include, but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027200 Page 2 of 7 Rev. 10-30-2014 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self -priming pumps that do not require the use of foot -valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre -approved manufacturers are Godwin or Rain -for -Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10-feet from pump), a diesel day tank with a minimum 24-hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene (HDPE) i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt -fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt -fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D- 2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe (PE) i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR-DR) based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. c. Quick -Disconnect Steel Galvanized Pipe and Heavy -Duty Flexible Hoses Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027200 Page 3 of 7 Rev. 10-30-2014 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 0-rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30-degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand, mud, and grit. d. Valves and Fittings i. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs i. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure f. Miscellaneous i. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING & COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work, no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24-hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027200 Page 4 of 7 Rev. 10-30-2014 E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION & OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre -construction condition and restore pavement. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027200 Page 5 of 7 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination, installation, operation, maintenance and removal. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027200 Page 6 of 7 Rev. 10-30-2014 BYPASS PUMPING PLAN FORM Date: Project Title: No.: Engineer: Contractor: Service Area: Lift Station No. (if applicable): Start Date & Time: Completion Date & Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method & Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size, Material & Length: Pump Description: (Self -Priming, Critically Silenced, and Automatic Level Controls Required) Make, Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total & Firm Capacity (GPM @ TDH): Vacuum Trucks (if required, number and capacity): Contractor Personnel Manning Bypass System (24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Name: Additional Notes: Phone: Phone: 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 1/2-in) in the forecast? Prepared by: Contractor Representative Reviewed by: Date Wastewater Representative Date Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027200 Page 7 of 7 Rev. 10-30-2014 SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast -in -place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only, in accordance with City Standard Specification Section 027205 "Fiberglass Manholes". Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z 1, or pre -approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works, Inc. product V 1168 assembly, and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four (4) feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24) hours after concrete work has been completed. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027202 Page 1 of 3 Rev. 3-25-2015 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed -in -Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four (24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS-20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified, eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner, with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls, the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two -foot internal head. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027202 Page 2 of 3 Rev. 3-25-2015 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in -place, and meeting the approval of the Engineer. "Complete in -place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation, compaction, backfilling, dewatering, concrete foundation, connections, adjustment rings, ring and cover, concrete work, leakage testing, video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for "Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in -place, and meeting the approval of the Engineer. "Complete in -place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space, backfilling, adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027202 Page 3 of 3 Rev. 3-25-2015 SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perfonn vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 TABLE 1 - Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter (inches) (feet) 42 48 54 60 72 Time (seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in -place. 027203 Page 2 of 2 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753-"Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells," latest edition, and the referenced design criteria as follows: 1. ASTM C581 2. ASTM D695 3. ASTM D790 4. ASTM C923 5. ASTM D2412 6. ASTM D2583 7. ASTM D2584 8. ASTM D3034 9. ASTM F794 10. ASTM C32 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass -Fiber -Reinforced Structures Intended for Liquid Service Standard Test Method for Compressive Properties of Rigid Plastics Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor Standard Test Method for Ignition Loss of Cured Reinforced Resins Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter Standard Specification for Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings, but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027205 Page 1 of 6 Rev. 3-25-2015 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push -on joints shall meet the requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class 'A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class 'A' in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast -in -place base shall be Epo-Flex epoxy (gun grade consistency) as manufactured by Dewey Supply of Corpus Christi, Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight -bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one (1) psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3- foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027205 Page 2 of 6 Rev. 3-25-2015 grade adjustments. A maximum of 18" of adjustment rings may be utilized. F. Flowable Grout Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, drainage structures, streets, etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available, the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De -watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping, well pointing, or any combination, as the particular situation may warrant. All de -watering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de -watered condition for a sufficient period of time to Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027205 Page 3 of 6 Rev. 3-25-2015 insure the safety of the structure, but in no case shall de -watering be terminated sooner than seven (7) days after placing concrete. All de -watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over -Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application, pipe penetrations for pipe sizes 4-inch through 15-inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling, the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: If necessary, utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement -stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027205 Page 4 of 6 Rev. 3-25-2015 Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density (ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4-foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5-foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 "Vacuum Testing of Wastewater Manholes and Structures". 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027205 Page 5 of 6 Rev. 3-25-2015 Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re -united. Replace and align the top. Fiberglass a 6-inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6-inch strip on the inside as previously done on the outside. After curing, backfill with cement -stabilized sand, as described above, compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include, but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly, connections, cast iron frame and cover, adjustment to finish grade, concrete work, backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as "Extra Depth for Manhole (Wastewater)". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in -place, and meeting the approval of the Engineer. "Complete in -place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027205 Page 6 of 6 Rev. 3-25-2015 SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027402 Page 1 of 7 Rev. 3-25-2015 a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre-fonned plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027402 Page 2 of 7 Rev. 3-25-2015 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 11/2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 11/2 pcs 11/2 " x 3'-5" 21" 3.8 gals. 2 pcs 11/2 " x 3'-5" 24" 6.2 gals. 2 pcs 11/2 " x 3'-5" 30" 8.5 gals. 21/2 pcs 11/2 " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 31/2 pcs 13/4" x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 41/2 pcs 13/4" x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 51/2 pcs 13/4" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2" x 3'-5" b. TYLOX Types "C", "C-P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027402 Page 3 of 7 Rev. 3-25-2015 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Bedding. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay, but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Laying Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet (upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be laid with the center lines of Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027402 Page4of7 Rev. 3-25-2015 individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60" to 84" Clear Distance Between Pipes 0'-9" 0'-11" 1'-1" 1'-3" 1'-5" 1'-7" 1'-11" 2'-0" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water -tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water -tight joints will be required when using rubber gaskets. c. Joints using Cold -Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush -applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be pruned must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power (backhoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze -out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027402 Page 5 of 7 Rev. 3-25-2015 avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6) hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027402 Page 6 of 7 Rev. 3-25-2015 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027402 Page 7 of 7 Rev. 3-25-2015 SECTION 027404 CONCRETE BOX CULVERTS 1. DESCRIPTION This specification shall govern all work required for constructing, furnishing, and installing reinforced concrete box culverts required to complete the project. All reinforced concrete boxes for this project shall be precast concrete in accordance with TxDOT Standards for precast box culverts and the details shown on the drawings for the appropriate height of fill, and design shall conform to ASTM C1577. Alternate designs of precast boxes will be considered for approval upon submission of shop drawings detailing the box and certifications that the box, as designed, is structurally comparable to or better than the box shown in the contract drawings and is designed to support HS20 loading per ASSHTO M273. The shop drawings and certifications shall be signed and sealed by a Texas registered professional engineer. 2. MATERIALS 1. Concrete. Unless otherwise shown on the plans, Class "C" concrete shall be used for cast -in - place boxes, conforming to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete Structures", except that Class "S" concrete will be required for top slabs of direct traffic cast - in -place boxes. Concrete for precast (machine -made) boxes shall meet the requirements of ASTM C76 Sections: "Cement", "Aggregates" and "Mixture", and shall have a minimum 28-day compressive strength of 5,000 psi. 2. Reinforcement. Reinforcing steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel" and the details shown on the plans. 3. Jointing. Materials for jointing shall conform to the requirements of City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". 4. Membrane Curing. Materials for membrane curing shall conform to City Standard Specification Section 038000 "Concrete Structures". 5. Geotextile. Geotextile fabric for wrapping joints shall be Class 1 geotextile for subsurface drainage with an average opening size (AOS) of 0.22mm and in accordance with AASHTO M288. 3. FABRICATION The requirement of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete for Structures" shall govern for cast -in -place 027404 Page 1 of 3 Rev.10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 concrete box culverts and for precast (formed) boxes except where otherwise specified herein. Forms for precast (machine -made) boxes shall be made of steel. Forms for cast -in -place boxes and precast (formed) boxes may be either wood or steel. Forms shall be mortar -tight and of sufficient strength to prevent excessive bulging or misalignment of adjacent boxes. They shall be constructed to permit their removal without damage to the concrete. Offsets at form joints shall not exceed one -eighth inch (1/8"). Forms shall be clean and free of extraneous matter when concrete is placed. Positive means of supporting steel cages in place throughout forming and concrete placement shall be required and subject to the approval of the Engineer. Welding of reinforcing steel will be permitted only where shown on the plans. Welding shall be done by a qualified welder and shall conform to industry standards. Precast (machine -made) boxes shall be cast by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast (machine -made) boxes. 4. TESTING AND CERTIFICATION 1. Physical Requirements. Precast boxes shall meet the requirement of ASTM C1577. Testing shall be done by a materials engineering testing laboratory which meets the requirements for membership in the American Council of Independent Laboratories. 2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances: When two box sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed one inch (1"). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast -in, cut into the fresh concrete after form removal or drilled, and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an "Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not be cause for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an 027404 Page 2 of 3 Rev.10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 approved manner. Small damaged or honeycombed areas which are purely surficial in nature may be repaired. Excessive damage, honeycombing or cracking will be subject to structural review. Repairs shall be sound, properly finished, and cured in confonnance with the pertinent specifications. When fine cracks or hairline cracks on the surface indicate poor curing practices, further production of precast boxes shall be discontinued until corrections are made and proper curing provided. 6. CONSTRUCTION METHODS Excavation and backfill shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for precast concrete box culverts located under pavements shall consist of 6 inches of cement -stabilized sand containing a minimum of 11/2 sacks of Standard Type I or Type II Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Unless otherwise shown on the plans, the Contractor may use any of the jointing materials, except rubber gaskets, and shall comply with the jointing requirements specified in the City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". All box joints shall be wrapped with geotextile fabric. The wrap shall be at least two (2) feet wide and centered on the joints. Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete box culverts shall be measured by the linear foot for each size of box installed. The measurement will be made between the ends of the box along the centerline. For boxes used in the multiple barrel structures, the measured length will be the sum of the lengths of all barrels. Payment shall be made at the contract bid price and shall fully compensate the Contractor for furnishing, transporting and installing the box culverts; for bedding materials and bed preparation including compaction; for excavation and backfill of trenches; for all connections to existing and new structures; and for all labor, materials, tools, equipment and incidentals required to complete the work as shown on the contract drawings and as specified herein. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027404 Page 3 of 3 Rev. 10-30-2014 SECTION 027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling and installing gravity wastewater lines required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. POLY -VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with the following: 6" Gravity Sewer Pipe ASTM D3034 DR 26 8" Gravity Sewer Pipe ASTM D3034 DR 26 10" Gravity Sewer Pipe ASTM D3034 DR 26 12" Gravity Sewer Pipe ASTM D3034 DR 26 15" Gravity Sewer Pipe ASTM D3034 DR 26 18" Gravity Sewer Pipe ASTM F679 DR 26 24" Gravity Sewer Pipe ASTM F679 DR 26 30" Gravity Sewer Pipe ASTM F679 DR 26 36" Gravity Sewer Pipe ASTM F679 DR 26 PS115 42" Gravity Sewer Pipe ASTM F679 DR35 PS46 48" Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push -on compression gasket joints in accordance with ASTM D3212 and shall be a non -blue color. 2. POLY -VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non -blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20-ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossings, and shall be centered under/ over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non -pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027602 Page 1 of 6 Rev. 7-1-2015 Alternatively, at waterline crossings, the PVC gravity wastewater pipe may be encased in a 20-ft. joint of pressure pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand. The casing pipe shall be centered under/ over the waterline as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3, unless otherwise specified. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the Contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027602 Page 2 of 6 Rev. 7-1-2015 C. Alignment and Grade: 1. All pipe shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench have been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY -VINYL CHLORIDE (PVC) PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: POLY -VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027602 Page 3 of 6 Rev. 7-1-2015 BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Over 20 feet Gravel or Crushed Stone Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Less than 20 feet Over 20 feet Sand, Gravel, or Crushed Stone Gravel or Crushed Stone Crushed Stone G. Final Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." H. Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows. 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. POLY -VINYL CHLORIDE (PVC) PIPE shall be tested in accordance with Uni- Bell Plastic Pipe Association - Standard UNI-B-6 "Recommended Practice for Low - Pressure Air Testing of Installed Sewer Pipe"; the requirements of which are summarized by the following equation: T = 0.00237D2L [Equation 1] Where: T = Minimum allowable time (seconds) for a pressure drop of one (1) psi gage pressure D = Nominal pipe diameter (inches) L = Length of pipe run (feet) The test section shall be plugged and subjected to a test pressure not in excess of five (5) psi. The time required for a one (1) psi pressure drop shall be measured and shall not exceed the value obtained in Equation 1 above. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027602 Page4of6 Rev. 7-1-2015 B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and will be of machined rigid corrosion -resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inches) Mandrel O.D. (inches) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill, for at least 30 days. 3. Belly: Pipe shall be rejected if belly exceeds 5% based on the readings from the video inspection. C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable D. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information, if shown on the drawings or in the appendix, are without warranty as to correctness of fact or interpretation. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027602 Page 5 of 6 Rev. 7-1-2015 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gravity wastewater lines shall be measured by the linear foot for each size and depth of wastewater line installed, as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at the time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured for pay, but shall be considered subsidiary to pipe, unless included as a separate bid item in the Bid Form. Unless otherwise specified on the Bid Fonn, de -watering shall not be measured for pay, but shall be considered subsidiary unless included as a separate bid item in the Bid Form for well -pointing. Payment shall be full compensation for all labor, materials, equipment, pipe, bedding, de -watering, hauling, trench excavation and backfill, leakage and deflection testing, cleaning, televising, bypass pumping, and all cleaning up and other incidentals necessary to install the pipe complete in -place. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027602 Page 6 of 6 Rev. 7-1-2015 SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit, rubble, dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de -watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de -watered to pass the paint filter test, it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de -watering facilities. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de - watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT & PAYMENT: Unless otherwise specified on the Bid Form, this work shall be considered subsidiary to the project. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 027604 Page 1 of 1 Rev.10-30-2014 SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 Sideoats Grama (premier) Bouteloua Curtipendula 0.6 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - 30.0 K R Bluestein Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture - A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture - B: Recommended for sandy soil planted between December 1 thru May 1. Mixture - C: Recommended for all soils planted between May 2 thru November 30. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028020 Page 1 of 4 Rev. 3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt -coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion -resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028020 Page 2 of 4 Rev. 3-25-2015 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing — Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt -water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2) Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt -water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028020 Page 3 of 4 Rev. 3-25-2015 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100) pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt -water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028020 Page 4 of 4 Rev. 3-25-2015 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: Sod: Water: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15-inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028040 Page 1 of 2 Rev. 3-25-2015 Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2-foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028040 Page 2 of 2 Rev. 3-25-2015 SECTION 028200 MAIL BOX RELOCATION 1. DESCRIPTION This specification shall govern all work for relocation of mail boxes required to complete the project. 2. REQUIREMENTS Where mail is delivered to residents by means of roadside mail boxes, the Contractor shall maintain access to these mail boxes throughout the course of construction. Due to the existing location of mailboxes, the Contractor shall, in some cases, be required to move the boxes to temporary locations. Upon completion of construction, the Contractor shall be required to erect the moved mailboxes to a permanent location. Any materials or labor required for either the temporary or permanent move shall be considered subsidiary, and no direct payment shall be made. It is the intent of this item to provide the residents with mailbox facilities at least equal to or better than those existing prior to construction. In all cases, the temporary and permanent locations of all moved mail boxes shall be in accordance with U. S. Postal Service requirements with regard to height, distance from roadway, accessibility, etc. It shall be the Contractor's responsibility to contact the U. S. Postal Service and gather information as to their requirements. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, mail box relocation shall not be measured for pay but will be considered subsidiary to the appropriate item. 028200 Page 1 of 1 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 SECTION 028340 CHAIN LINK SECURITY FENCE 1. DESCRIPTION This specification shall govern all work and materials required for providing chain link security fence for this project. 2. MATERIALS Wire Fabric fencing shall be 9 gauge steel with a minimum tensile strength of 80,000 psi. Mesh size shall be 2-inch 111- 1/16 inch between parallel wires. Top edge of fabric shall be twisted and barbed on 6 foot height fencing and shall be knuckled salvage on 4 foot fencing. Bottom edge of all fencing shall be twisted and barbed. Tie clips of 6-gauge steel shall be furnished in sufficient quantity to fasten fabric to top tension wire or to top rail at 24-inch intervals. Ties shall be furnished to fasten the fabric to bottom tension wire at 24 inch intervals. The fabric shall be tied to line posts at 15-inch intervals. Line Post shall be provided at a maximum spacing of 10 feet and be of the following sizes: Fabric Height Pipe Size 4 ft. 6 ft. 1.90" O.D. 2.375"O.D. H-Beam Section Embedment Size Wt./Ft. Size Length 2.72# 1.875" x 1.625" 2.70# 24" 3.65# 2.25" x 1.95" 4.10# 30" Corner Post and End Post shall be of the following sizes: Fabric Height Pipe Section Size Embedment Length Wt./Ft. 4 ft. 2.375" O.D. 3.65# 30" 6 ft. 2.875" O.D. 5.79# 42" Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028340 Page 1 of 6 Rev. 10-30-2014 Gate Post shall be of the following sizes: Gate Leaf Pipe Section Size Embedment Length Wt./Ft. to 6 ft. 2.875" O.D. 5.79# 36" 6 to 13 ft. 4.0 " O.D. 9.10# 42" 13 to 18 ft. 6.625" O.D. 18.97# 48" Post caps for pipe sections shall be designed to exclude all moisture. Where barbed wire is specified, extension arms shall be integral with post caps. Where top rail is specified, post caps shall have an opening for top rail. All posts caps shall have a 2-inch skirt for rigidity. Top rail, where called for, shall be 1.625 inch O.D. steel pipe weighing 2.27#/foot. Top rail shall be furnished in random lengths not less than 18 feet per section and shall be joined with outside sleeve, steel couplings not less than 6 inches long and having a wall thickness of not less than 0 70 inch. Couplings shall be designed to allow for expansion movement of the top rail. Tension wire for top finish, where no top rail is specified, shall be 7-gauge high carbon steel wire. Tension wire shall be furnished for bottom edge of all fence fabric. Trussed bracing shall be furnished for each panel adjacent to a terminal, pull, corner, or gatepost. Compression member shall be 1.625 inch O.D. pipe as specified for top rail material. Tension members shall be 3/8 inch diameter steel rods with turnbuckles. For 6-foot fences with top tension wire, braced panels shall consist of horizontal pipe brace, located approximately 4 inches below top of fabric, a diagonal pipe brace, attached at the midpoint of the terminal post and at the bottom of the adjacent line post, and a truss rod, attached to the top of the adjacent line post, extending diagonally to the bottom of the terminal post. For 6-foot fences with top rail, braced panels shall consist of a horizontal pipe brace, midway between top and bottom of fence fabric, with a truss rod expending from midpoint of the line post diagonally to bottom of terminal post. Four -foot fences with top rail shall be braced with a truss rod connected to the bottom of the terminal post and extending to top of adjacent line posts. Four -foot fences without top rail shall have a horizontal brace pipe at the top of adjacent line posts. Four -foot fences without top rail shall have a horizontal brace pipe at the top of the fabric and a diagonal truss rod installed as described above. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028340 Page 2 of 6 Rev. 10-30-2014 Gates shall be fabricated from 1.90 inch O.D. pipe weighing 2.72#/foot. Fabric on gates shall be the same as that specified for fencing. The following accessories shall be furnished for each gate: Corner and tee fittings of malleable iron or pressed steel having means for attaching diagonal bracing members. Hinges of malleable iron providing for full 180 degree swing with bottom hinges to be ball and socket type. Diagonal braces consisting of 3/8 inch diameter truss rods with turnbuckles, two to each gate frame. Vehicle gates shall have vertical 1.90 inch O.D. pipe brace at center of each gate leaf. Latches for single gates shall have a single fork latch with padlock eye; double leaf gates shall have two fork latches mounted on center plunger rod with padlock eye. Hold backs shall be provided for each leaf of vehicular gates, employing a semi- automatic hold back catch to be anchored at least 12 inches into a 12 inch diameter by 24 inch deep concrete footing. A malleable iron center rest, designed to receive the plunger rod, to be anchored at least 12 inches into a 12-inch diameter by 24 inch deep concrete footing, shall be provided for all double leaf gates. The top of all gate frames shall align with the fencing top rail. Vehicular gates shall be 4 inches greater in overall height than the adjacent fencing so as to extend to within 2 inches of pavement between 6-inch curbs, if curbs are designated on the plans. Barbed wire, where specified, shall be 12 ❑ gauge with barbs s 5 inches apart. Three strands of barbed wire will be required where barbed wire top is specified. Barbed wire support arms shall be at an angle of 45 degrees from vertical and shall have clips for attaching 3 strands of barbed wire. Each support arm shall be of sufficient strength to support a 200 lb. weight applied at the outer strand of barbed wire. Stretcher bars shall not be less than 3/16" inch by 3/4" inch flat steel and not more than 2 inches shorter than the fabric height. One stretcher bar shall be provided for each gate and end post. Two stretcher bars shall be provided for each corner and pull posts. Stretcher bars shall be attached to terminal posts with 1 inch x 1/8 inch Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028340 Page 3 of 6 Rev. 10-30-2014 flat steel bands with 3/8 inch carriage bolts at intervals not exceeding 15 inches. Miscellaneous fittings and fasteners shall be furnished in sufficient quantities to erect all fencing materials in a proper manner. Approval of fence materials shall be obtained from the Engineer prior to erection. Galvanizing and Aluminum Coating. All material used in "Chain Link Security Fence" shall be hot dip zinc coated as specified by the following, except that the fabric may be aluminum coated: All posts and pipe: ASTM Designation: A 120 (1.8 oz/sf). All H-beam sections: ASTM Designation: A 123 (2.0 oz/sf). Fence fabric: ASTM Designation: A 392, Class 1 (1.2 oz/sf) or ASTM Designation: A 491 (0.40 oz/sf). Tension wire, barbed wire: ASTM Designation: A 121, Class III (0.80 oz/sf). Post caps, stretcher bars, miscellaneous fittings: ASTM Designation: A 153. Weight of zinc coating for all items shall be determined in accordance with ASTM Test Designation: A 90 except for core wire which shall have a galvanized coating weighing not less than 0.35 ounces of zinc per square foot. Field welds and cuts shall be touched -up with an approved zinc coating. 3. CONSTRUCTION METHODS Clearing and Grading. The Contractor shall perform all clearing of brush, rocks and debris which may be necessary for the installation of this fencing. The Engineer will stake out the locations for corner posts and terminal posts in this installation. The fencing panels between corner and terminal posts shall generally follow the finished ground elevations. However, the Contractor shall grade off minor irregularities in the path of the fencing as necessary to limit the variation of grade under the bottom edge of fence fabric to a distance of not more than six inches and not less than two inches to the ground. Post Spacing. Maximum spacing for line posts shall be 10 feet 0 inches. Pull posts shall be located not more than 500 feet apart and at each change in direction exceeding 20 degrees, both horizontally and vertically. Runs of fencing over 500 feet but less than 1,000 feet shall have a pull post in the center of the run. Postholes. Holes for concrete footings for all posts shall be drilled to the dimensions listed in the following tables: 028340 Page 4 of 6 Specifications Rev. 10-30-2014 North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 Type Post Holes for Line and End Posts Fabric Height Min.Hole Diameter Min.Hole Post Depth Embedment Line 4' 9" 30" 24" Line 6" 10" 36" 30" End 4' 12" 36" 30" End 6' 12" 48" 42" Holes for Gate Posts Gate Post Size Min. Hole Min. Hole Depth Post Diameter Embedment 2.875" O.D. x 5.79# 12" 42" 36" 4" O.D. x 9.10# 18" 48" 42" 6.625" O.D. x 18.97# 18" 54" 48" Where solid rock is encountered without an overburden of soil, line posts shall be set a minimum depth of 12 inches, and end, corner, gate and pull posts a minimum of 18 inches into the solid rock. The hole shall have a minimum diameter one inch greater than the largest dimension of the post section to be set. After the post is set and plumbed, the hole shall be filled with grout consisting of one part Portland cement and three parts clean, well -graded sand. Other grouting materials may be used if approved or specified by the Engineer. The grout shall be thoroughly worked into the hole so as to leave no voids. The grout shall be crowned to carry water from the post. Where solid rock is covered by an overburden of soil or loose rock, the posts shall be set to the full depth shown in Table above unless the penetration into solid rock reaches the minimum depths specified above, in which case, the depth of penetration may be terminated. Concrete footings shall be constructed from the solid rock to the top of the ground. Grouting will be required on the portion of the post in solid rock. Excavated material from footings shall be removed from the job site by the Contractor. Concrete for Footings. Concrete for footings shall be Class "B" concrete in accordance with Section 030020, unless otherwise specified on plans. All concrete footings shall be cast up to finish grade and crowned 2 inches to shed water. Excess concrete not used in the footings, and any other construction debris, shall be removed from the site. Fabric Erection. The fence fabric shall be erected by securing one end and applying sufficient Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028340 Page5of6 Rev. 10-30-2014 tension to the other end to remove all slack before making attachments. The fabric shall be cut and each span shall be attached independently at all corner posts and pull posts. Fastening to end, pull, corner and gateposts shall be with stretcher bars which shall be secured to the posts with stretcher bar bands at intervals not exceeding 15 inches. Fence fabric shall generally follow the finished contour of the site with the bottom edge of fabric located 2 inches above the grade. In uneven areas, the ground shall be graded so that the maximum distance between bottom of fabric and ground in limited to 6 inches. Electric grounds. Grounding rods shall be at least 5/8 inch diameter by 8 feet long "copperweld" rods driven or drilled into the soil so that the top of the rod is approximately 6 inches below grade. A No. 6 solid copper conductor shall be clamped to the ground rod and the bottom tension wire of the fence with cast bronze clamps with bronze or stainless steel bolts and washers. Each 1,000-foot of fence shall be provided with a ground located near the center of the run. At least one electrical ground shall be installed for each fenced closure. A ground shall be provided directly under the point where a power line passes over the fence. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link security fence shall be measured by the linear foot. Measurement shall include but not be limited to furnishing and erecting all fence materials, gates, caps, concrete, ground wires, and cleanup. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials required, all labor, all tools, all equipment and all other incidentals required to complete the work as shown on the contract drawings and as specified herein. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 028340 Page6of6 Rev. 10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex-310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 2 of 13 Rev. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-1/2 In. 2 In. 1-1/2 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1 Y2 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex-406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex-408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex-612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 3 of 13 Rev. 10-30-2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes 'A' and 'C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be detennined 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 confonn 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 4 of 13 Rev. 10-30-2014 given consistency. (a) Retarding and Water -Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air -Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well -ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 6 of 13 Rev. 10-30-2014 no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water -reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water -reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water -reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 7 of 13 Rev. 10-30-2014 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 8 of 13 Rev. 10-30-2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (fc) Strength Water -Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7-Day (psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type II Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7-day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 9 of 13 Rev. 10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 10 of 13 Rev. 10-30-2014 be placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 11 of 13 Rev. 10-30-2014 accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready -mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 12 of 13 Rev.10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready -Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in -place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 030020 Page 13 of 13 Rev.10-30-2014 SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not defonned) 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 032020 Page 1 of 6 Rev.10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14, #18 l0d Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 Grade 75 8d 032020 Page 3 of 6 Rev. 10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Dineen. = 3/4" 7/8" Bar or Smaller —Plan. Dimen_ * I/2." Bar or Larger —Plan. D+men_ * 1" 3/ " H = over 6"--aimen.+ Zero or -I/2" H = 6" and Tess-0imen_ • Zero or -i/4." C__ IN 7/8" Bar or Smaller --Plan Dimon.* 1/21. 1" Bar or Larger —Plan Dimon. ; l" piral or Circular Tie Tie or Stirrup Piton Dimnen_=1/e 5. STORING Plan Demeen. s 1/2 Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross - sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 032020 Page4of6 Rev. 10-30-2014 TABLE 1 Minimum Lap Requirements Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one -quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 032020 Page 5 of 6 Rev. 10-30-2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 032020 Page 6 of 6 Rev. 10-30-2014 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Preformed Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D 1751 "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 confonn 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 incolnpressibles. The material shall not crack or break when exposed to low temperatures. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 1 of 19 Rev. 3-25-2015 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F + 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F + 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex-525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016-inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex-524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 3 %2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 1752 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 2 of 19 Rev. 3-25-2015 (3) PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation METHOD ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 REQUIREMENT Black 40 lb./ft3 Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall confonn to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the fonns for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 4 of 19 Rev. 3-25-2015 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in detennining the depth of the equivalent liquid. For job fabricated fonns, 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 fonns 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 5 of 19 Rev. 3-25-2015 (2) Timber Forms. Lumber for fonns 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, fonns 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 6 of 19 Rev. 3-25-2015 All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold fonns 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 7 of 19 Rev. 3-25-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non -Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non -agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 8 of 19 Rev. 3-25-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the fonns shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind All fonns 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 9 of 19 Rev. 3-25-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 10 of 19 Rev. 3-25-2015 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of pennanent 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 nonnal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 11 of 19 Rev. 3-25-2015 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 12 of 19 Rev. 3-25-2015 When footings can be placed in a diy 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 13 of 19 Rev. 3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10- foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one -eighth of an inch (1/8"), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 14 of 19 Rev. 3-25-2015 EXCEPTIONS TO 4-DAY CURING Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) Required Curing 8 curing days (Type I or III) cement 10 curing days (Type II cement) 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 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 15 of 19 Rev. 3-25-2015 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand -powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey -combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 18 of 19 Rev. 3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 038000 Page 19 of 19 Rev. 3-25-2015 SECTION 041080 BRICK PAVERS 1. Scope: The work under this section consists of furnishings of materials, labor, transportation, tools and service required for the execution of all brick paving on a concrete setting bed and installing other brick units as shown on the drawings and as specified herein. 2. Related Work Included Under Other Sections: Pedestrian concrete setting base - 4" concrete sidewalk conforming to City Standard Specification Section 025612 — Concrete Sidewalks and Driveways and Section 038000 Concrete Structures. Vehicular concrete setting base — concrete pavement conforming to City Standard Specification Section 025620 Portland Cement Concrete Pavement and Section 038000 Concrete Structures 3. Materials: 1. Pedestrian Brick Pavers (Clay)- Nominal 4x8x1 as manufactured by Endicott Clay Products Company, Medium/Iron Spec, or approved equal, to match existing pavers at existing walks and plaza at site. Units shall be submitted to the Engineer for approval. 2. Pedestrian Brick Pavers (Concrete) — Nominal 4"x8"xl 3/4" Holland 4.5 cm paver from Pavestone, or approved equal, to match existing pedestrian pavers on Chaparral St. 3. Vehicular Grade Pavers (Concrete) — Nominal 4" x 8" x 3 1/8" Holland 8 cm paver from Pavestone, or approved equal, to match existing vehicular pavers on Chaparral St. and/or Shoreline Blvd. 4. Joint Filler - for expansion joints shall be as specified on the drawings. 5. Caulking - for expansion joints shall be as specified on the drawings. 6. Concrete Setting Bed for pedestrian pavers- shall be conventional mortar leveling bed with Laticrete 3701 admixture installed over concrete walks or as shown on drawings. 7. Adhesive Material for pedestrian pavers - Paving brick shall be set with Laticrete 4237 thin set mortar suitable for exterior use or as shown on drawings. See drawings for location of pavers. 8. Concrete bed for vehicular pavers to be as shown on drawings. 041080 Page 1 of 3 Rev.10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 9. Jointing material for vehicular pavers to be as shown on drawings. 4. Sample: Construct a sample area of each type of brick pavement not less than 200 square feet in size. Sample will be constructed as part of the project and if approved, will be accepted as part of the final paving. However, should the sample fail to meet the Engineer's approval, it shall be removed and reconstructed until approved. 5. Installation of Paving Brick: 1. Brick shall be installed in accordance with the scale and dimensions on the drawings. Brick shall be laid in running bond with tight joints. 2. Setting beds shall be smoothed and leveled. Pavers will then be laid in a trowled adhesive bed. 3. No chipped or cracked brick units shall be incorporated into the work. Where brick units must be cut, they shall be saw cut to provide sharp, clean edges. Angled cuts and gaps at the edges of the pavement will not be acceptable. 4. Cleaning of the brick paving surface shall be done within 24 hours after removal of surface mortar by scrubbing the surface with one or more muriatic acid solutions using a long handled brush with stiff fiber bristles, continuing until the brick paving is clean, free of mortar and showing its true color. After the surface has been cleaned thoroughly with the acid solution, it shall be flushed with clear water to prevent further action of the acid. Muriatic acid solution shall be one part acid, fifteen (15) parts water. 5. Expansion joint filler shall be installed where indicated and where brick paving abuts walls, concrete paving, or other restraining items. Expansion joint material shall never be carried through the brick paving. 6. Measurement & Payment Unless otherwise specified on the drawings, work and accepted material as prescribed for this specification will be measured by the square foot of surface of completed brick paver sidewalk or roadway as indicated in the drawings. The work performed and materials furnished as prescribed by this specification and measured as provided under "Measurement" will be paid for at the unit bid for "Brick Pavers" which prices shall 041080 Page 2 of 3 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 each be full compensation for preparing the subgrade; for furnishing and placing all materials, including all reinforced steel and expansion joint materials; and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 041080 Page3of3 Rev. 10-30-2014 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 1 of 13 Rev.10-30-2014 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 tenninate 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 2 of 13 Rev. 10-30-2014 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 E8OS E8OT 80,000 65,000 18 20 E9OS E9OT 90,000 78,000 17 20 E100S E100T 100,000 90,000 16 20 E11OS E11OT 110,000 98,000 15 20 The mechanical property tests for Grades E100S, E110S, E100T and E110T 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 3 of 13 Rev. 10-30-2014 TABLE 1 CLASSIFICATIONS OF ELECTRODES PERMITTED TYPE OF MAIN MEMBERS STEEL Groove & Fillet Welds Steel Piling, E6010 A53 Pipe, E6011 A500, E7016 A501, E7018 Armor Joints A36, E7016 A441, E7018 A572-Grade 50 E7XT-1 A588, E7XT-5 A242 Deck Plates E7XT-6 API Pipe E7XT-8 E60T-8 E70S-1 B E70S-2 E70S-3 E70S-6 E-70S-7 E70S-2 E70S-3 E70S-6 E70S-7 A514 E11018M EIlOS 2'/2" Thick or Less El IOT A514 E10018M Over 2'/2" Thick E 100T A588, A242, E8018, C-3 A618 Weathering E80T(3' Steel Reinforcing Steel E7016 SECONDARY MEMBERS Groove & Fillet Welds E60XX E70XX E70S-1B E70S-2 E70S-3 E70S-6 E70U-1 E7016 E7018 E7XT-1 E7XT-5 E7XT-6 E7XT-8 E11018M E110T E60T-8 E7XT-1 E7XT-5 E7XT-6 E7XT-8 E70S-2 E70S-3 E70S-6 E70S-7 EIIOS E100S E10018M E100S E100T E8018, C-3 E80S'3) E80T(3' E80S(3) E7018 A572 Grades E8016 E80T 60 and 65 E8018 E80S for Light Towers E70S-2 E70S-3 E70S-6 E70S-7 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 4 of 13 Rev. 10-30-2014 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 1'/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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 5 of 13 Rev. 10-30-2014 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 Hydrogen 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 1'/2, inclusive 70° F 125° F Over 11/2 to 2%2, inclusive 150° F 175° F Over 2 %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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 6 of 13 Rev. 10-30-2014 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 7 of 13 Rev. 10-30-2014 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 be cause 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 8 of 13 Rev. 10-30-2014 1 1/2 NOTES: FIGURE 1 STANDARDS FOR ALLOWABLE INCLUSIONS (1) PROJECT (A) HORIZONTALLY TO (3) CZ) PROJECT INTERSECTION 3/3 VERTICALLY TO (C) 1/13 O 1 /2 1 1/2 2 2 I/2 3 3 1/2 4 C— MINIMUM CLEARANCE MEASURED ALONG THE LONGITUDINAL AXIS OF THE WELD BETWEEN EDGES OF POROSITY OR FUSION -TYPE DEFECTS ( INCHES) I LARGER OF ADJACENT DEFECTS GovERNs) /2 4 1/2 (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 1'/2 inches, the minimum allowable dimension and spacing of inclusions shall be the same as for 11A-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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 9 of 13 Rev. 10-30-2014 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 Maximum Manganese 0.40 Percent 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 10 of 13 Rev. 10-30-2014 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. BAR SIZE No. 4 No. 5 No. 6 No. 7 TABLE 4 REQUIRED DIMENSIONS FOR LAP SPLICES na" 0.04 in. 0.05 in. 0.06 in. 0.07 in. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 " , "" ELECTRODE (Max.) (Min.) (Max.) SIZE 1/8 in. 1/8 in. 1/8 in. 3/16 in. 1/8 in. 3/16 in. 1 /4 in. 5/16 in. 1/16 in. 1/16 in. 1/16 in. 1/16 in. 1/8 in 5/32 in. 5/32 in. 5/32 in. 050200 Page 11 of 13 Rev.10-30-2014 SEC. A -A (ENLARGED) TABLE 4 Required Dimensions for Lap Splices D� 22I/2 221/2° MAX. d/5 5732 I — MIN. d/4 `, I/2" Butt weld In flat position 1 SEC D-D -V BUTT WELD WITH BAR IN HORIZONTAL POSITION FIGURE 2 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 FIGURE 3 050200 Page 12 of 13 Rev.10-30-2014 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 050200 Page 13 of 13 Rev.10-30-2014 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 confonn 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 055420 Page 1 of 2 Rev. 3-25-2015 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. Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 055420 Page 2 of 2 Rev. 3-25-2015 SECTION 113100 FIBERGLASS REINFORCED PLASTIC WETWELL (S-64) 1. DESCRIPTION This specification shall govern all work necessary for the furnishing of all plant, labor, equipment, supplies, and materials and for performing all operations required to complete the wetwell. The Fiberglass Reinforced Plastic wetwell shall be a one-piece unit of one class, fabricated in a composite laminate to conform to the requirements as set forth in this specification. 2. GENERAL A. Dimensions: The wetwell shall be a ribbed, circular cylinder of minimum internal diameter as shown in the plans. (1) Wall component elements: isophthalic polyester resin, fiberglass chopped strand & continuous reinforcements. (2) Rib component elements: isophthalic polyester resin, Fiberglass chopped strand and woven roving reinforcements. B. Class: The wetwell shall be manufactured in one class of load rating. This class shall be H-20 wheel load (16,000 pounds dynamio wheel load). C. Governing Standards: Plastic laminate must meet the conditions of ASTM C582, and the chemical resistance test ASTM C581. Previous tests are acceptable provided laminates are representative. 3. MATERIALS: A. Resin: Unsaturated isophthalic polyester resins shall be used and they must meet the requirements listed below. Property 1.Acid Number 2.Hydroxyl Number 3.Solids Content Test Method ASTM D 465-59 ASTM D1259-61 Requirements Maximum = 15 Maximum = 30 Maximum = 500 The following requirements are determined when testing the resin without any reinforcing material included. Property 4. Flexural Strength 5. Flexural E-modulus 6. Elongation at rupture 7. Heat distortion temp. 8. Weight change after 28 days storing in distilled water 9. Surface hardness (Barcol) Test Method ASTM D 790-70 ASTM D 790-70 ASTM D 790-70 ASTM D 648-61 ASTM D 570-63 ASTM D2583-67 Page 1 of 4 Requirements Min. 10,000 psi Min.400,000 psi Min. 22% Min. 167EF Max. 150 mg/sample Minimum 80% of resin's normal Fiberglass Reinforced Wet Well 11 31 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2018 B. Reinforcement: Reinforcement shall be fiberglass mat, continuous roving, chopped roving and/or roving fabric. The fiberglass shall be type "E" and a finish compatible with the resin used. The interior surface shall be reinforced layer 0.25 mm to 0.50 mm (10 to 20 mils). Reinforcement materials shall be: 1. Chemically resistant 2. Organic Surfacing veil 3. Asbestos and they must have a coupling agent which will provide a suitable bond between the reinforcement and the resin. C. Fillers: Fillers, when used, must not degrade the resin chemical resistant properties as defined in Section 3.A of this specification. D. Additives: Additives, such as thixotropic agents, catalyst and promoters may be added as required by the specific manufacturing processes used to meet this standard. E. Laminate: (Cured composite including glass fiber reinforcement.) Cured laminate must meet the following conditions: Property 1. Glass Content (9% by weight) 2. Compressive Strength 3. Flexural Strength 4. Flexural E-modulus 5. Surface Hardness 4. REQUIREMENTS Test Method Requirements ASTM D2584-68 D 695-69 D 790-70 ASTM D790-70 ASTM D2583-67 20 + 70 % Min. 12,000 psi Min. 12,000 psi Min.700,000 psi Min. 900 of resin's normal A. Manufacturer Submitted: The manufacturer shall file with the Engineer the following prior to approval for installation. 1. Detailed design calculation for all structural components of the wetwell. 2. Detailed prototype test procedures and test results to include: a. Static Load test for H-20 (16,000 pounds dynamic wheel load incorporating 1.5 impact factor, 1.33 factor of safety with a long term strength retention of 80%. b. Deflection test. c. Stiffness test. d. Soundness test. e. Barcol Harness Cure test. f. Thickness test. g. Chemical Resistance test. Page 2 of 4 Fiberglass Reinforced Wet Well 11 31 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2018 3. Detailed quality control to demonstrate conformance to design values and likeness to prototype wetwell features. B. Rejection of Wetwells: Wetwells are subject to rejection on account of any of the following visual defects. 1. Fuzz: Glass fibers loosely adhering to manhole which are not wet out with resin. 2. Protruding Fibers: Glass fibers sticking out form pipe surface that are not wet out with resin. 3. Resin Runs: Runs of resin and sand on surface of manhole. 4. Dry Areas: Areas in laminate with glass not wet out with resin. 5. Delamination: Separation in the laminate. 6. Blisters: Light (straw) colored areas resulting form too hot a cure. 7. Craze: Crack usually star shaped; caused by sharp impact. 8. Surface Pits or Voids: Small air pockets on the surface or directly), beneath the surface mat. 9. Wrinkles: Smooth irregularities on the surface. 10. Torn Edges, End Delaminations and End Gouges: Tears and rips in the edge of cuts. 11. Ground Areas: Areas around lap -up which have been abraded and not covered by lay-up. 12. Hand Layup Ragged Edges: Areas at the edge of hand layup that are not rolled down properly and rough. 5. CONSTRUCTION METHODS A. General: The wetwell installation should follow the manufacturer's recommended installation procedures. B. Excavation: The Contractor shall do all necessary excavation for the wetwell. Such excavations shall be of sufficient size as to permit the proper installation of the base. All such excavating shall conform to the size and dimensions as shown on the drawings, plus a minimum of three (3> feet to permit working room. Care shall be taken to insure that the excavation is not carried to a greater depth than required. If it becomes necessary to shore the walls of the excavated area, such shoring shall be of two (2) inch material. Shoring shall be braced in such a manner as to insure support of the walls and also permit the installation of the wetwell itself without necessitating the removal of any shoring until such time as the entire manhole is completed. No shoring shall be left or backfilled around, unless authorized by the Engineer. Shoring shall remain in place for at least 24 hours after the masonry or concrete work has been completed. C. Backfilling: The backfilling around the outside of wetwell shall commence as soon as practical but not until approval is given by the Engineer. All forms, sheeting, shoring, bracing etc., shall be removed as backfilling is accomplished. Such backfill shall be placed in layers of not more than 6 inches and mechanically tamped to a minimum 95% standard proctor density. 6. MEASUREMENT AND PAYMENT Work provided for by this item shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type specified, complete in place, and meeting the approval of the Engineer. "Complete in Page 3 of 4 Fiberglass Reinforced Wet Well 11 31 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2018 place" shall mean all labor, materials, equipment necessary to furnish and install the wetwell. Page 4 of 4 Fiberglass Reinforced Wet Well 11 31 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2018 SECTION 151620 SUBMERSIBLE PUMPS FOR WASTEWATER (S-114) 1. DESCRIPTION This specification shall govern all work necessary for furnishing, installing, and placing into operation the submersible pumps with accessories required to complete the project. 2. GENERAL Pumps shall be designed and constructed to pump raw unscreened sanitary sewage and capable of passing 3" diameter spheres. Design of mounting system shall facilitate removal and inspection of pumps. There shall be no need for personnel to enter wet well for inspection and maintenance of pumps. Lifting chain, guide rails and mounting system shall be provided and installed for each pump. Pumps shall be designed, built and installed in accordance with best available technology and practice, and shall operate satisfactorily when installed. 3. WARRANTY The pump manufacturer shall furnish the City with a written guarantee to warrant pumps and components against failure due to defective materials and workmanship for a period of 5 years after full operation and acceptance by the City. The warranty shall include 100° coverage of manufacturer's shop labor and parts for the first year, then 50° coverage through the 5th year. Pumps repaired under warranty shall be returned to the City's Wastewater Department with freight prepaid. 4. QUALIFICATIONS OF BIDDER 4.1 Manufacturer & Supplier: The submersible pumps and accessories, with the possible exception of the discharge connection assembly which shall be Flygt or compatible, for each lift station shall be furnished by a single manufacturer/supplier who is fully experienced, reputable and qualified in the manufacturer of the pumps to be furnished. 4.2 Prebid Submittals: General The Contractor shall obtain tentative approval of the submersible pumps prior to bidding the project. Tentative approval does not relieve the Contractor of the responsibility of providing and installing pumps that will comply with all sections of these specifications and that will function properly. To obtain tentative approval for bidding, the Contractor shall submit the following pre -bid submittals at least 3 weeks prior to the bid opening. Failure to obtain tentative approval shall be considered grounds for rejection of bid. Suitability Certification The Contractor shall submit a certification stating that the manufacturer's authorized representative for the pumps has studied the Contract Documents (plans and specs), evaluated conditions affecting these pumps, and certifies that they should be suitable for the application and should required no more than normal maintenance if not damaged or abused. The certification shall state that the proposed pumps are suitable for the application and will function as intended and will comply with all requirements of this specification, with the exception of those listed in the certification. The certification shall be SECTION 151620 6/90 Page 1 of 9 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 signed by the Contractor and the Manufacturer's authorized representative. If the equipment is approved for use on the project and is found at any time to have unlisted exceptions, the Engineer shall have the right to reject the equipment or require the Contractor to bring the equipment into compliance at no cost to the City. Pump Data The Contractor shall furnish certified pump curves showing the results of test pumping units of identical design, size, and horsepower as those to be furnished. Catalog curves are not acceptable. Graphs shall include: 1. Pump Curve - Q in GPM, H in FEET 2. Power Input Curve - KILOWATT 3. Efficiency Curve (including motor) wire to water 4. N.P.S.H. Curve 5. Model, Impeller size, serial number 6. Motor rated HP, Voltage 7. Date and place of test 8. Customer for whom test was conducted 9. Data in English units (gallons, feet, etc.) 5. MATERIALS 5.1 Pump Construction: General Major parts, including lifting cover, stator casting, volute, and impeller, shall be ASTM 48, Class 30 gray cast iron. All nuts, bolts, washers, and fastenings shall be of 316 stainless steel. Ferrous metal surfaces coming into contact with wastewater shall be protected with a coating of rubber -asphalt paint. Power Cable The motor power cable shall consist of well insulated cable with a double jacketed system, Hypolon outside, synthetic rubber inside, exceeding industry standards for oil, gas, and sewage resistance and shall be permanently marked with the indicated code. Sizing shall conform to NEC specifications for pump motors and shall be of adequate size to allow motor voltage conversion without replacing the cable. Each pump shall be installed with a sufficiently long power cable to suit the installation as shown on the drawings without splicing. Power Cable Entry The cable entry seal shall insure a watertight and submersible seal. The cable entry shall be comprised of a single cylindrical elastomer grommet flanked by a stainless steel washer, all having close tolerance fit against the cable and compressed by the entire body containing a strain relief function, separate from the function of sealing. A separate junction chamber shall provide for connection of the cable to the stator power leads. The junction chamber shall be separated from the motor stator housing by a terminal board which is bolted to a machined surface using an o-ring seal. Stator leads shall also be sealed to prevent moisture from entering the motor interior. Impeller The impeller shall be of non -clog design, capable of handling solids fibrous SECTION 151620 6/90 Page 2 of 9 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 material, sludge, etc. with long thoroughfare having no acute angles and shall be dynamically balanced. The impeller shall be class 30 gray cast iron, coated with a ceramic coating to provide wear resistance to particle erosion caused by sands and silts typically found in sewage. The coating shall have a minimum thickness of .05". The fit between the shaft and impeller shall be a sliding fit with one key. Fastening of the impeller to the shaft shall be by a locking assembly which is sealed from the liquid by a protective rubber cap and a bolt threaded to the shaft end. Volute The volute shall be single piece gray cast iron and shall have a replaceable wear ring. Wear Rings Stainless steel wear rings shall be fitted to the volute and the impeller. Discharge Connection Each pump shall be supplied with a coupling, ANSI 125 cast iron, which bolts to the discharge flange, if other than Flygt. The floor mounted discharge elbow shall be compatible with the Flygt model specified as follows: At Laguna Shores CP 3201 At Riviera N/A use existing No part of the pump shall bear directly of the sump floor and no rotating motion of the pump shall be required for sealing. Sealing at the discharge shall be effected by metal to metal contact of the pump discharge flange and the mating discharge connection either with or without a replaceable rubber seal form fitted to the machine discharge coupling to insure a positive leak proof system and for ease of removal of the pump. Bearings Pumps shall be equipped with three lubricated bearings, one upper and two lower. The upper shall restrain radial thrust and be of the single row roller type. The two lower shall consist of one roller for radial thrust and one angular contact for axial thrust. Bearings shall have a minimum design life of 40,000 hours. Lower Bearing Temperature Sensor Pumps with motors larger than 60 HP shall have a lower bearing temperature sensor to monitor the lower bearing temperature, unless the bearings are lubricated with circulating force fed oil. Shaft The shaft shall be of large one piece design and extend through the pump and motor. The shaft shall be constructed of stainless steel, unless the entire shaft is not exposed to the pumped liquid, in which case the shaft may be C1034 carbon steel. Shaft Seals Shaft seals shall have lapped tungsten carbide faces. The seal system shall SECTION 151620 6/90 Page 3 of 9 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 allow continuous pump operations with the exterior completely dry. The seal assemblies shall not require adjustments, shall be easily inspected, shall be easily replaceable and shall not require operating pressure differential for sealing. Guide Brackets A guide bracket shall be Flygt compatible and shall allow raising and lowering of the pump in the wet well without binding with the guide rails. No special adjustment shall be necessary to assure proper alignment. Guide brackets shall be cast iron or stainless steel. Motor The pump motor shall be integral to the pump for submersible or dry well operation. The motor shall be squirrel cage induction type with class F insulation, NEMA B design, class H slot liners with a service factor of 1.15 or above. The dual voltage copper wound stator, which will allow field change- ability of voltage, shall be triple dipped in epoxy enamel or varnish to withstand a heat rise of 155E C as defined in NEMA Standard MG-1. The NEMA starting code shall be F or less. The motor shall be statically and dynamically balanced. The motor shall be designed for continuous operation at 400E C ambient air and be capable of up to 10 starts per hour. Stator Temperature Sensor Stator temperature sensors switch shall be embedded in the stator windings and shall be used to stop the motor when the stator temperature exceeds 155E C. The motor shall resume operation when the stator cools to 150E C. Cooling System Motors shall have a forced convection type of cooling system. 5.2 Accessories: General Pump, accessories, controls, rails, hardware, etc. shall be furnished by the pump manufacturer. The pump manufacturer shall be responsible for the coordination and compatibility of accessories. The accessories shall be warranted against defects and corrosion by the manufacturer for five years after final acceptance of the project. Lifting Chain A lifting chain assembly shall be provided and installed for each pump. The chain and shackle shall be of 316 stainless steel and have a minimum working load of two times the pump weight. The chain shall be secured to the pump with the shackle and to the access cover with a hook. A five foot length of excess chain shall be suspended at the hook to facilitate the lifting of the pump. Access Covers Access covers and frames shall be of aluminum. The door panels shall be 1/4" thick diamond plate designed to withstand a live load of 150 lbs, per square foot. The door shall be provided with stainless steel hinges with tamper -proof fasteners. All hardware shall be stainless steel. The door shall open to 90E SECTION 151620 6/90 Page 4 of 9 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 and automatically lock in that position with a stainless steel positive locking arm and release handle. The door shall close flush with the top of the frame. Guide Rails Guide rails shall be schedule 40 type 316 stainless steel pipe of suitable diameter. The rail shall be held in position with upper, intermediate (if bar exceeds 20' in length) and lower guide bar brackets. The upper guide bracket shall be stainless steel and designed to allow simple removal and replacement of guide bar without entering the wet well. The intermediate bracket shall be of stainless steel and be installed about midway between the upper and lower bracket. Float Cable Rack (not applicable for doppler controls) A stainless steel cable rack shall be provided and attached to the upper frame. The rack shall support the level control float cable. Power Cable Supports Stainless steel power cable supports, Kellum type, shall he used for power cables to all motors. The supports shall be attached to eyebolts bolted into the concrete on the side of the access opening. Hardware All nuts, bolts, fasteners, fabricated metal, etc. shall be Type 316 stainless steel. 5.3 Electrical Controls: The pump supplier and the Contractor shall provide for proper control operation and protection. The electrical control panels for the pumps shall be supplied to the Contractor by the pump supplier to assure component compatibility. See drawings for electrical equipment to be supplied. 5.4 Preconstruction Submittals Pump Data (same as prebid submittal) The Contractor shall furnish certified pump curves showing the results of test pumping units of identical design, size, horsepower as those to be furnished. Catalog curves are not acceptable. Graphs shall include: 1. Pump Curve - Q in GPM, H in Feet 2. Power Input Curve - KILOWATT 3. Efficiency Curve (including motor) wire to water 4. N.P.S.H. Curve 5. Model, Impeller size, serial number 6. Motor rated HP, Voltage 7. Date and place of test 8. Customer for whom test was conducted 9. Data in English units (gallons, feet, etc.) Parts List and Specifications A comprehensive list of all station accessories and pump components, listing SECTION 151620 6/90 Page 5 of 9 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 material type shall be submitted for the Engineer's review and approval. Shop Drawings Shop drawings of station accessories and pump components and connections shall be submitted for the Engineer's review and approval. Supplemental Construction Details The construction drawings depict the approximate locations of pumps and access covers. Supplemental drawings depicting the precise locations of anchor bolts, pump mounting system, access covers, guide rails, etc. will be required for the type of pump to be used. These supplemental drawings shall be prepared by the pump supplier and submitted by the Contractor to the Engineer for documentation of the project. The supplier shall be responsible for completeness and accuracy of shop drawings and any applicable revisions, as required to successfully complete the construction. Wiring Diagrams See construction Drawings for wiring diagrams. 6. OPERATING CONDITIONS Pump Sequences 0 & 1 pump alternating: #1 0 #2 0 #3 0 #4 0 #1 0 #2 0 - ---one----cycle---- 1 & 2 pumps alternating: #2 #3 #4 #1 #2 #1 #2 #2 #3 #3 #4 #4 #1 #1 #2 - ---one----cycle---- 2 & 3 pumps alternating: #3 #4 #1 #2 #3 #2 #3 #3 #4 #4 #1 #1 #2 #2 #3 #1 #2 #3 #3 #3 #4 #4 #1 #1 #2 - ---one----cycle---- Control Settings Elev. Rising - 5.80 Alarm On - 6.05 Pl + P2 + P3 on SECTION 151620 6/90 Page 6 of 9 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 Descending - 6.15 P1 + P2 on P off - 6.40 P1 + on P off - 6.75 Min. W.S. P off - 8.25 Bottom of Sump Pump Operating Conditions Pump Discharge Size: 8" Max. Head Condition: 1220 GPM @ 105' TDH, Minimum Total Efficiency 57% * 1185 GPM @ 105' TDH, Minimum Total Efficiency 57% 1173 GPM @ 105' TDH, Minimum Total Efficiency 57% Mid. Head Condition 1824 GPM @ 85' TDH, Minimum Total Efficiency 60% * 1771 GPM @ 85' TDH, Minimum Total Efficiency 60% 1753 GPM @ 85' TDH, Minimum Total Efficiency 60% Min. Head Condition 2226 GPM @ 69' TDH, Minimum Total Efficiency 57% 2162 GPM @ 69' TDH, Minimum Total Efficiency 57% 2140 GPM @ 69' TDH, Minimum Total Efficiency 57% Total Efficiency = combined pump and motor Max. RPM: 1750 6.2 Riviera Lift Station: (three pumps required) Pump Sequences 0 & 1 pump alternating: #1 0 #2 0 #3 0 #1 0 #2 0 - ---one----cycle---- #2 #3 #1 #1 #1 #2 #2 #3 #3 #1 #1 - ---one----cycle---- Control Settings Elev. - 5.80 - 6.00 - 8.25 - 10.00 - 12.25 Rising Descending P1 + P2 P1 + P2 + P3 on + Alarm + on P1 on Min. W.S. Bottom of Sump Pump Operating Conditions Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 P2 off SECTION 151620 6/90 Page 7 of 9 P3 off P2 off P1 off #2 Pump discharge Size: 6" Max. Head Condition: 613 GPM @ 67' TDH, Tot. Eff. 45% Mid. Head Condition: 989 GPM @ 51' TDH, Tot. Eff. 540 Min. Head Condition: 1100 GPM @ 46' TDH, Tot. Eff. 53% Total Efficiency = Wire to Water Efficiency MAX. RPM: 1750 Discharge Connection The three discharge connections that are currently in place are designed to accept Flygt Model CP3152 Pump Impeller 432 with 8" discharge. 7. CONSTRUCTION METHODS 7.1 Delivery and Storage of Materials: Parts and equipment shall be properly protected so that no damage or deterioration will occur during transport and during storage. Factory assembled components shall not be dismantled, unless done so under the supervision of the authorized pump manufacturer. 7.2 General Installation: Installation of the pumps shall be in strict accordance with the manufacturer's instructions and recommendations. Placement of Pumps and Accessories The location of the discharge piping is shown on the construction drawings. The location of the pumps, access covers, and discharge connection are approximate. The precise placement and alignment of anchor bolts, discharge assembly guide rails, access cover and associated connections shall be in accordance with supplemental construction details provided by the pump manufacturer. The manufacturer shall check alignment during start up field testing. Improper alignment shall be corrected prior to continuation of testing. 7.3 Start-up Inspection Installation Inspection After the pumps have been completely installed and wired, the Contractor shall remove the pumps to the deck of the wet well and the pump manufacturer shall: a. Megger stator and power cables b. Check seal lubrication c. Verify proper rotation c. Check power supply voltage e. Measure motor no load current Operating Check After initial inspection, the Contractor shall lower pumps into pumping position and confirm proper alignment and connection. The service representative shall then perform an initial operation check of each pump including: SECTION 151620 6/90 Page 8 of 9 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 a. Motor current with discharge valve closed b. Motor current with discharge valve open c. Power supply voltage with 1, 2, 3, ... pumps running d. Vibration c. Check level control and sequence 8. FINAL SUBMITTALS 8.1 Inspection Report: (four copies required) The results of the Installation Inspection and Operating Check shall be submitted as a written report of findings and data determined with regard to the pumps, motors, level control, sequence, accessories, electrical, etc. The report shall be prepared and signed by a Registered Professional Engineer employed or retained by the pump manufacturer. 8.2 Manual: (included with Inspection Report) The Operation and Maintenance Manual shall be included with the Inspection Report with one manual for each of the four copies of the report. The O&M Manual shall include a minimum of the following: 1. Service Location & phone 2. Fact Sheet (pump data) Serial No. Pump Curve 3. Maintenance instructions & schedule 4. A shop service manual 5. An assembly manual showing all parts by their catalog number for ordering 8.3 Spare Parts: Unless it can be demonstrated that local parts and service have been available through the same financially sound firm on a continuing basis for at least 10 years, the spare parts listed below must be furnished with the pumps at no additional costs to the City. Spare Parts: (For each type of pump) Impeller Service Tools Upper mechanical seal Wear ring Lower mechanical seal Cable entry assembly Complete set of o-rings Power Cable and gaskets Set of bearings 9. MAINTENANCE TRAINING WORKSHOP The equipment manufacturer shall conduct an 8 hour training workshop under the direction of a qualified factory field service representative. The workshop shall be conducted both at the job site and at a training room provided by the Wastewater Department. 10. MEASUREMENT AND PAYMENT Pumps and accessories shall not be measured for pay but shall be subsidiary to the appropriated bid item. SECTION 151620 6/90 Page 9 of 9 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 SECTION 161001 ELECTRICAL MATERIALS (S-18) 1. DESCRIPTION This specification shall govern all work required for furnishing and installing electrical equipment required to complete the project. 2. GENERAL The contractor shall install electrical equipment in accordance with the National Electric Code Requirements. The contractor may incorporate existing electrical control panel, conduit and other electrical materials into the project provided that it is in compliance with the drawings and approved by the Engineer. The contractor may substitute materials of equal or superior quality provided that they are approved by the Engineer. Motors Each of the three pumps shall be driven by a vertical hollow shaft 25 HP, 1800 RPM Motor of squirrel cage, induction, normal starting torque, low starting current type of NEMA Design B. Each shall be of the weatherproof type with Class A-1 insulation and provided with non -reverse ratchets. Each motor shall be provided with strip heaters suitable for 120 volt single phase current. All name plates shall be of stainless steel. The motor shall be designed for operation on three phase, sixty hertz, 480 volt power. Motor shall be totally enclosed, fan cooled. 3. MEASUREMENT AND PAYMENT Measurement shall be made as a lump sum for all electrical equipment furnished and installed by the contractor. Payment shall fully compensate the contractor for all materials supplied and incidental storage and handling. 161001 6/10/86 Page 1 of 1 Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 NORTH BEACH DRAINAGE, STREET AND ECO PARK IMPROVMENTS PART T TECHNICAL SPECIFICATIONS North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162, 22142, 23167 SECTION 22 13 29.16 SUBMERSIBLE SEWAGE PUMP PART 1 - GENERAL 1.1. SCOPE OF WORK A. The work in this section shall include furnishing and placing into operation 3 stationary submerged mounted sewage pump system(s) complete with submersible motor, submersible cable, discharge connection, lifting chains and guide rails as specified herein and as indicated on the drawings. 1.2. RELATED SECTIONS A. Section 026204-PVC Pipe -Pressure Pipe for Wastewater Force Mains B. Section 027203-Vacuum Testing Wastewater Manhole and Structures C. Section 151620-Submersible Pumps for Wastewater (S-14) 1.3. REFERENCES A. American Society for testing and material (ASTM) International 1. A 48: Standard Specification for Gray Iron Castings. 2. A743: Standard Specification Iron -Chromium Nickel, Corrosion Resistant, B: American National Standards Institute (ANSI): 1. 316.1: Standard for Cast Iron Pipe Flanges and Flanged Fittings, 125 Ib. C. Hydraulic Institute: Current Standards. 1. HI 14.6: Hydrodynamic Pumps for Hydraulic Performance Acceptance Tests. 2. HI 11.6: Submersible Pump Tests 1.4. SUBMITTALS A. Submittal data shall be provided to show compliance with these specifications, plans or other specifications that will influence the proper operation of the pump(s). B. Standard submittal data for approval must consist of: 1. Pump Performance Curves. 2. Pump Outline Drawing. 3. Station Drawing for Accessories. 4. Electrical Motor Data. 5. Typical Installation Guides. 6. Technical Manuals. 7. Parts List. 8. Printed Warranty. 9. Management system certificate ISO 9001. 10. Manufacturer's Equipment Storage Recommendations. 11. Manufacturer's Standard Recommended Start -Up Report Form. Submersible Sewage Pump 22 13 29.16- 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 C. Lack of the above requested submittal data is cause for rejection. 1.5. QUALIFICATION REQUIREMENTS A. The manufacturer shall provide data on alternate equipment manufacturer's experience. Only Manufacturers with 20 or more years of experience who have furnished at least 5 similar lift stations shall be considered. B. After installation, a pump station start-up shall be performed by the installing contractor under the supervision of the manufacture's authorized representative. 8 hours of field service shall be provided by an authorized, factory trained representative of the pump manufacturer. Services shall include, but not be limited to, inspection of the completed pump station installation to ensure that it has been performed in accordance with the manufacturer's instructions and recommendations, supervision of all field-testing and activation of the Pump Manufacturer's Warranty. The test shall demonstrate to the satisfaction of the Owner that the equipment meets all specified performance criteria, is properly installed and anchored, and operates smoothly without exceeding the full load amperage rating of the motor. The Contractor shall be responsible for coordinating the required field services with the Pump Manufacturer. 1.6. DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle products to site as per the respective product manuals (IOM). 1.7. OPERATIONAL REQUIREMENTS AND WARRANTY A. The pump station shall be equipped with 3 submersible sewage pump(s) with an integrated pump control system. B. It shall be possible to lift and lower the pump on parallel guide bars and connect it to wet well mounted discharge connection. There shall be no need for personal to enter the wet well when removing or reinstalling the pumps. C. Sealing of the pump unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact. Sealing of the pump discharge interface with an 0-ring, diaphragm or profile gasket is not acceptable. D. The impeller shall be a semi open multi vane self-cleaning impeller designed to transport wastewater with fibrous materials like wet wipes. It shall be wear resistant against sand and grit which is expected to enter the pump station with the sewage or the storm water. E. Each pump shall be capable to lift 665 gpm at a total dynamic head of 50 feet. F. The NPSHre shall be below 9.64 feet. G. The manufacturer shall guarantee clog -free operation for a period of 36 months from the date of start-up of the pumps by the local authorized factory representative. A certificate shall be provided to the Owner on the day of start up with the local contact information and effective date. Should the impeller clog with typical solids and/or modern trash debris normally found in domestic wastewater during this period, an authorized representative shall, either travel to the jobsite, remove the pump, clear the obstruction and reinstall the pump at no cost or reimburse the Owner for reasonable cost to provide this service. A written report shall be provided to the Owner detailing the service call with pictures for verification purposes. Submersible Sewage Pump 22 13 29.16- 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 PART 2 - PRODUCTS 2.1. Manufacturers A. Flygt, or approved equal B. The pump selection was based on pump curves from flygt xpc N80-3800. If the contractor proposes an alternate pump manufacturer, size, etc, the contractor is responsible for all cost and time impacts associated with any design modifications. The contractor will be responsible for retaining a professional engineer registered in Texas to design and submit signed/sealed shop drawings and calculations for these proposed modifications, at no additional cost. 2.2. Design Requirements C. The pump shall be equipped with a 3, 10 HP submersible synchronous electric motor, capable to operate on a 200 volt, 3 phases, 60 hertz voltage supply. The starting current shall not exceed 14 A. D. The hydraulic of the pump shall be capable of handling raw domestic wastewater with fibrous materials like wet wipes. E. The impeller blades shall be self-cleaning upon each rotation as they pass across a sharp relief groove in the Insert ring and shall keep the impeller blades clear of debris. The insert ring shall have a guide pin which moves fibers from the center of the impeller to the leading edges of the impeller. The impeller shall move axially upwards to allow larger debris to pass through and immediately return to normal operating position. The clearance between the insert ring and the impeller leading edges shall be adjustable. F. Due to the likely presence of sand and or grit the impeller and the cutting ring shall be made of ASTM A-532 Alloy III A with 25% chrome. Impellers that have surface hardening or coating will not be allowed. G. The pump shall be capable to operate without any limitation between 50% and 125% of the Best efficiency point (B.E.P) of the performance curve. H. The pump the motor and the integrated control system shall be submersible a minimum of 65 feet (20m) according IEC 60034 and protection class IP 68. Motors which only can be submerged for a limited time (IP 67) shall not be considered as equal. I. The motor shall capable to operate the pump at continuous duty (S1) in an ambient temperature up to 104°F. Operational restrictions or the demand of auxiliary cooling systems like fans or blowers are not acceptable. J. The pump shall be operated by a synchronous motor and an integrated control system and be capable to run at constant power at any point of the performance field without being overloaded. Motor shall utilize a permanent magnet rotor to maintain synchronous speed. K. The motor shall withstand at least 60 starts per hour. L. The discharge flange of the pump shall be 4"and drilled according ANSI B16.1-89; tab.5. M. The impeller shall be mounted on the motor shaft. Couplings shall not be accepted. N. An integrated pump control system installed in the pump/motor housing shall start the pump by gradually increasing the pump speed. The starting current shall not be higher than the rated current. Submersible Sewage Pump 22 13 29.16- 3 North Beach Drainage, Street, and Eco Parl< Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 O. An integrated pump control system installed in the pump/motor housing shall secure that the direction of the impeller rotation is always correct. There shall be no need for any human intervention to ensure that the impeller is rotating in the correct direction within the volute. The integrated control system shall be inside the motor and encapsulated to protect it against moisture ingress, and vibration. P. The motor and the integrated pump control system shall receive sufficient cooling from the pumped liquid to operate the pump at continuous duty in a liquid with a temperature with 104°F. Operational restrictions on the liquid temperature below 104°F or the demand of auxiliary cooling systems like fans or blowers are not acceptable. The Stator shall be inverter duty rated in accordance with NEMA MG1, Part 31 and be insulated according class H (356°F). Q. Motor, pump and pump control system shall be designed and supplied by the pump manufacturer. R. The integrated pump control system shall continuously monitor the leakage sensor in the stator housing and the temperature of the motor. It shall be impossible to overload the motor. If the motor temperature is too high, the pump shall continue to operate at reduced power until conditions are normalized. External trips or overload devices for motor protection shall not be required. S. The pump shall incorporate a "pump -cleaning" function to remove debris from the impeller. The cleaning function shall be initiated when the integral control system senses an increase in current draw due to debris in the pump. The cleaning function shall consist of forced stopping, reversal and forward runs timed to allow for debris to fall from the impeller. After cleaning cycle is complete, the pump shall resume to automatic operation. If the pump impeller/volute does not clear itself after the programmed number of attempts, the control shall initiate and alarm to notify that the pump inlet / volute is blocked by large debris. T. It shall be possible to access and adjust the pump system with a Human Machine Interface (HMI) ranging from basic monochrome displays to full -color touch screen units and smartphone or tablet. It shall enable the operator to view and control entire pump system and logged operational data like number of starts, avoided clogging instances, pump run-time, motor power, motor current, power factor, temperature, pump leakage etc. U. The shaft shall rotate on two bearings. The motor bearings shall be sealed and permanently grease lubricated with high temperature grease. The upper motor bearing shall be a single row ball bearing to handle radial loads. The lower bearing shall be a double row angular contact ball bearing to handle the thrust and radial forces. Single row lower bearings are not acceptable. The minimum L10 bearing life shall be 50,000 hours at any usable portion of the pump performance field. V. The shaft shall be sealed by a tandem mechanical shaft seal system consisting of two seals, each having an independent spring system. The seals shall require neither maintenance nor adjustment and shall be capable of operating in either clockwise or counter clockwise direction of rotation without damage or loss of seal function. W. Where a seal cavity is present in the seal chamber, the area about the exterior of the lower mechanical seal in the cast iron housing shall have cast in an integral concentric spiral groove. This groove shall protect the seals by causing abrasive particulate entering the seal cavity to be forced out away from the seal due to centrifugal action X. The Materials of construction shall be as follows: Pump housing: ASTM A-48, Class 35B Submersible Sewage Pump 22 13 29.16- 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 Impeller and insert ring: A 532 ALLOY III A (25% chrome) Stator housing: GD-AL SI 12 or ASTM B85A 413 Shaft: ASTM A479 543100-T. Shaft seal: Pump side: - Corrosion resistant Tungsten carbide WCCR Shaft seal Motor side: - Corrosion resistant Tungsten carbide WCCR Y. All castings must be blasted before coating. All wet surfaces are to be coated with two -pack oxyrane ester Duasolid 50. The total layer thickness should be at least 120 microns. Zink dust primer shall not be used. Z. The motor shall be equipped with 30 feet of screened cable S3x6+3x6/3+S(4x0,5) suitable for submersible pump applications. The power cable shall be sized according to NEC and ICEA standards. The outer jacket of the cable shall be oil resistant chlorinated polyethylene rubber. The cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet. AA. Each completed and assembled pump/motor unit shall undergo the following factory tests at the manufacturer's plant prior to shipment: a. Hydraulic performance test b. No -Leak seal integrity test BB. In case the pump manufacturer cannot meet the specified performance and control functions with a pump model, the control panel shall be equipped with Adjustable Speed Drives (ASD) with bypass starters and a PLC programmed to meet the above specified performance field, housed in an enclosure equipped with fans, louvers sized to ensure proper ASD operation. Five (5) spare louver filters and one (1) spare fan shall be provided per panel. 2.3. INSTALLATION & LIFTING EQUIPMENT FOR PUMP(S) A. Each pump shall be supplied with a mating cast iron discharge connection. The pumps shall be automatically and firmly connected to the discharge connection, guided by no less than two stainless steel guide bars extending from the top of the station to the discharge connection to ensure pump stability when installing or removing the machine. There shall be no need for personnel to enter the wet well to access the pump. Sealing of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact. Sealing off the discharge interface with a diaphragm, 0-ring or profile gasket shall not be acceptable. No portion of the pump shall bear directly on the wet well floor. B. The guide rail system shall consist of two parallel 2" guide bars, supported by pump manufacturer supplied upper guide rail brackets. Guide bars and guide brackets shall be type 304 Stainless Steel. C. Each pump shall be fitted with stainless steel lifting chain. Lifting chain shall be connected to the lifting handle of the pump and be long enough to reach the top elevation of the station. Lifting chain shall be compatible with the Grip -Eye Pump Lift System. The working load of the lifting system shall be 50% greater than the pump unit weight. D. One pump lift system Grip -Eye shall be provided for each pump station. The Grip -Eye shall allow for utilizing the hoist for lifting each pump from its installed position to above the top elevation of the station. The Grip -Eye device shall be configured to slide down the stainless steel lifting chain and grip the lifting chain near pump handle. The retrieval system shall be appropriately sized for the weight of the pump to be lifted. Submersible Sewage Pump 22 13 29.16- 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 2.4. SUBMERSIBLE CABLE CONNECTION BOX ACC. NEMA 6P A. The submersible cable of the pump shall be connected to the wall mounted Power & monitoring cables in a cable connection box to ease the installation and disassembling of the pumps. B. The cable connection box shall be submersible NEMA 6P (IP 67) to secure that no water can enter the motor via the cables even when the complete station is flooded. PART 3 - EXECUTION 3.1 EXAMINATION A. Contractor shall off-load equipment at installation site using equipment of sufficient size and design to prevent injury or damage. Pump manufacturer shall provide written instruction for proper handling. Immediately after off-loading, contractor shall inspect the pumps and appurtenances for shipping damage or missing parts. Any damage or discrepancy shall be noted in written claim with shipper prior to accepting delivery. Validate all station serial numbers and parts lists with shipping documentation. Notify the manufacturer's representative of any unacceptable conditions noted with shipper. 3.2 INSTALLATION A. Install, level, align. and lubricate pump as indicated on project drawings. Installation must be in accordance with written instructions supplied by the manufacturer at time of delivery. B. Check motor and control data plates for compatibility to site voltage. Install and test the station ground prior to connecting line voltage to station control panel. C. Prior to applying electrical power to any motors or control equipment, check all wiring for tight connection. Verify that protective devices (fuses and circuit breakers) conform to project design documents. Manually operate circuit breakers and switches to ensure operation without binding. Open all circuit breakers and disconnects before connecting utility power. Verify line voltage, phase sequence and ground before actual start-up. 3.3 FIELD OUALITY CONTROL A. Operational Test 1. Prior to acceptance by owner, an operational test of all pumps, and control systems shall be conducted to determine if the installed equipment meets the purpose and intent of the specifications. Tests shall demonstrate that all equipment is electrically, mechanically, structurally, and otherwise acceptable; it is safe and in optimum working condition; and conforms to the specified operating characteristics. 2. After construction debris and foreign material has been removed from the wet well, contractor shall supply clear water volume adequate to operate station through several pumping cycles. Observe and record operation of pumps, suction and discharge gage readings, ampere draw, pump controls, and liquid level controls. Check calibration of all instrumentation equipment, test manual control devises, and automatic control systems. Be alert to any undue noise, vibration, or other operational problems. Submersible Sewage Pump 22 13 29.16- 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 B. Manufacturers Start-up Services 1. Coordinate start-up with manufacturer's technical representative. The representative or factory service technician will inspect the completed installation. Calibrate and adjust instrumentation, correct or supervise correction of defects or malfunctions, and instruct operating personnel in proper operation and maintenance procedures. 3.4 CLEANING A. Prior to acceptance, inspect interior and exterior of pump station for dirt, splashed material or damaged paint. Clean or repair accordingly. Remove from the job site all tools, surplus materials, scrap and debris. 3.5 PROTECTION A. The pump station should be placed into service immediately. If operation is delayed, station is to be stored and maintained per manufacturer's written instructions. END OF SECTION 33 32 19 Submersible Sewage Pump 22 13 29.16- 7 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 SECTION 260500 COMMON WORK RESULTS FOR ELECTRICAL 1.00 GENERAL 1.01 SECTION INCLUDES A. Provide complete and functioning electrical systems as required by the Contract Documents. B. Applicable provisions of this Section apply to all Sections of Division 26, Electrical. 1.02 QUALITY ASSURANCE A. An acceptable Contractor for the work under this Division must have personnel with experience, training, and skill to provide a practical working system. The Contractor may be required to furnish acceptable evidence of having installed not less than three systems of size and type comparable to this project. The systems must have served satisfactorily for not less than 3 years. The superintendent must have had experience in installing not less than three such systems. 1.03 REGULATIONS AND PERMITS A. Regulations. Work, materials, and equipment shall comply with the latest rules and regulations of the following: 1. National Electrical Code (NEC). 2. National Electrical Safety Code (NESC). 3. Occupational Safety and Health Act (OSHA). Texas Accessibility Standards (TAS). B. Discrepancies. The drawings and specifications are intended to comply with listed codes, ordinances, regulations, and standards. Where discrepancies occur, immediately notify the Architect/Engineer in writing, and ask for an interpretation. Should installed materials or workmanship fail to comply, the Contractor is responsible for correcting the improper installation. Additionally, where sizes, capacities, or other such features are required in excess of minimum code or standards requirements, provide those specified or shown. C. Permits. Obtain and pay for allowance permits and inspections. 1.02 CONTRACT DRAWINGS AND SPECIFICATIONS A. Intent. The intent of the drawings and specifications is to establish the types of systems and functions, but not to set forth each item essential to the functioning of the system. The drawings and specifications are complementary, and work or materials called for in one and not mentioned in the other shall be provided. Electrical drawings are generally diagrammatic and show approximate location and extent of work. Install the work complete, including minor details necessary to perform the function indicated. In case of Common Work Results for Electrical 26 05 00 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 doubt as to work intended, or if amplification or clarification is needed, request instructions from the Architect/Engineer. B. Discrepancies. Review pertinent drawings and adjust the work to conditions shown. Where discrepancies occur between drawings, specifications, and actual field conditions, immediately notify the Architect/Engineer for his interpretation. C. Outlet and Equipment Locations. Coordinate the actual locations of electrical outlets and equipment with building features and equipment as indicated on architectural, structural, mechanical and plumbing drawings. Review with the Architect/Engineer any proposed changes in outlet or equipment location. Relocation of outlets before installation, of up to 5 feet from the position indicated, may be directed without additional cost. Remove and relocate outlets placed in an unsuitable location, when so requested by the Architect/Engineer. 2.00 PRODUCTS 2.01 PRODUCT REQUIREMENTS A. Condition. Provide new products of manufacturers regularly engaged in production of such equipment. Provide the manufacturer's latest standard design for the type of product specified. The manufacturer of the equipment/product shall have minimum 5 years experience in producing similar product. If requested by the Architect/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. NEC and UL. Products shall conform to requirements of the National Electrical Code. Where Underwriters' Laboratories have set standards, listed products and issued labels, products used must be listed and labeled by UL. C. Space Limitations. Equipment selected shall conform to the building features and be coordinated with them. Do not provide equipment which will not suit arrangement and space limitations. D. Enclosure. Provide NEMA 1 enclosure for indoor installation and NEMA 3R for outdoor enclosure, unless noted otherwise. The enclosure shall be suitable for the environment per NEC, NEMA and ANSI standards. E. Factory Finish. Equipment must be delivered with a hard surface, factory -applied finish so that no additional field painting is required except for touch-up as required. F. Interrupting Ratings. The electrical system shall be a fully rated system. Series ratings of overcurrent devices is unacceptable. G. Furnish documentation from equipment manufacturer for the startup and test procedures for all the equipment installed. H. Buy America Compliance: The Contractor shall comply with the Buy America requirements of 49 U.S.C. 5323(J)(1) and the applicable regulations of 49 CFR Part 661, as amended for all steel, iron, and manufactured goods incorporated into the permanent installation. It is the Contractor's responsibility to obtain the Buy America certification or waivers under such regulations. Common Work Results for Electrical 26 05 00 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 3.00 EXECUTION 3.01 PROTECTION OF EQUIPMENT A. Moisture. During construction, protect switchgear, transformers, motors, control equipment, and other items from insulation moisture absorption and metallic component corrosion by appropriate use of strip heaters, lamps or other suitable means. Apply protection immediately upon receiving the products and maintain continually. B. Cleanliness. Keep products clean by elevating above ground or floor and by using suitable coverings. C. Damage. Take such precautions as are necessary to protect apparatus and materials from damage. Failure to protect materials is sufficient cause for rejection of the apparatus or material in question. D. Finish. Protect factory finish from damage during construction operations and until acceptance of the project. Satisfactorily restore any finishes that become stained or damaged. 3.02 INSTALLATION A. Cooperation with Other Trades. Cooperation with trades of adjacent, related or affected materials or operations, and with trades performing continuations of this work under subsequent contracts, is considered a part of this work in order to effect timely and accurate placing of work and to bring together, in proper and correct sequence, the work of such trades. Provide other trades, as required, all necessary templates, patterns, setting plans and shop details for the proper installation of the work and for the purpose of coordinating adjacent work. Electrical power connections for mechanical and plumbing equipment are in this Division unless noted otherwise. Verify electrical characteristics of all equipment with Divisions 21-23 before roughing in the electrical connections. B. Workmanship. Work must be performed by workmen skilled in their trade. The installation must be complete. C. Concrete Equipment Pads. Install 3-1/2-inch-thick concrete foundation pads for indoor floor -mounted equipment, except where direct floor mounting is required. Pour pads on roughened floor slabs, sized so that outer edges extend a minimum of 3 inches beyond equipment. Trowel pads smooth and chamfer edges to a 1-inch bevel. Secure equipment to pads as recommended by the manufacturer. D. Setting of Equipment. Equipment must be leveled and set plumb. Sheet metal enclosures mounted against a wall must be separated from the wall not less than 1/4 inch by means of corrosion -resistant spacers or by 3 inches of air for freestanding units. Use corrosion - resistant bolts, nuts and washers to anchor equipment. In sufficient time to be coordinated with work under other divisions, provide drawings and layout work showing exact size and location of sleeves, openings or inserts for electrical equipment in slabs, walls, partitions and chases. E. Sealing of Equipment. Common Work Results for Electrical 26 05 00 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 1. Voids between sleeves or core -drilled holes and pipe passing through fire -rated assemblies shall be fire stopped to meet the requirements of ASTM E 814, in accordance with Section 07 84 00, Firestopping. Contractors shall provide proper sizing when providing sleeves or core -drilled holes to accommodate their through - penetrating items. 2. Seal openings into equipment to prevent entrance of animals, birds and insects. F. Motors. 1. Motors are specified under other sections of Division 26. 2. Electrical work includes the electrical connection of all motors, except those which are wired as a part of equipment. G. Concealed Work. Conceal all electrical work in walls, floors, chases, under floors, underground and above ceilings except: 1. Where shown or specified to be exposed. Exposed is understood to mean open to view. 2. Where exposure is necessary for the proper function. 3. Where size of materials and equipment preclude concealment. H. Application. Unless otherwise indicated, power will be utilized as follows: 1. 480 volts, three phase: motors 3/4 horsepower and larger. 2. 120 volts, single phase: motors 1/2 horsepower and smaller. 3. 120 volts, single phase: convenience outlets. I. Transformers. Use transformers to change the service to the required utilization voltages. J. Accessories. All offsets, fittings, expansion joints, anchors and accessories that are required for a complete system shall be provided even if not specifically indicated on the drawings or mentioned in the specifications. Offsets, transitions and changes in direction of conduit, cable trays, raceways and busways shall be made to maintain proper headroom. Provide all necessary pullboxes, fittings, etc., required as a result of these transitions and changes in direction. K. Sleeves, Cutting and Patching. Provide for the timely placing of sleeves for all raceway, exposed cabling and busway passing through walls, partitions, beams, floors and roof while same are under construction. If holes and sleeves are not properly installed and cutting and patching becomes necessary, it shall be done at no expense to the Owner. Secure permission from the Architect/Engineer before cutting or patching a constructed or existing wall. Where floors or walls are fire rated, penetrations shall be completely sealed using UL- listed materials and procedures sufficient to preserve the fire rating as specified in Section 07840. Comply with any special requirements of local authorities. L. Escutcheons. Provide heavy chrome -plated or nickel -plated plates on conduit passing through walls and ceilings in finished areas. Escutcheons shall be B&C No. 10, or approved substitution, chrome -plated steel plates with concealed hinges. Common Work Results for Electrical 26 05 00 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 3.03 EQUIPMENT AND DEVICE MARKING A. Designations. Identify all equipment, devices, feeders, branch circuits and similar items with the same designations as indicated on the contract documents. B. Nameplates. Externally mark all electrical equipment with nameplates identifying each and the equipment served. Nameplates shall be black laminated rigid phenolic with white core. Nameplate minimum size shall be 1 inch high by 3 inches long with 3/16-inch-high engraved white letters. Supply blank nameplates for spare units and spaces. C. Nameplate Fasteners. Fasten nameplates to the front of equipment only by means of stainless steel self -taping screws. Stick-ons or adhesives will not be allowed unless the NEMA enclosure rating is compromised, then only epoxy adhesive shall be used to attach nameplates. D. Nameplate Information. In general, the following information is to be provided for the types of electrical equipment as listed. 1. 2. 3. 4. 5 KV and 15 KV Switchgear. On main switches or circuit breakers, identify the system voltage. For each switch or circuit, identify the load served. Switchboards and Motor Control Centers. On the mains identify the piece of equipment, the source and voltage characteristics (i.e., 480/277V 3PH 4W). For each branch circuit protective device, identify the load served. Transformers, Individual Starters, Contactors, Disconnect Switches, Transfer Switches and similar equipment. Identify the device designation, source and load served. Panelboards. Identify the source, panelboard designation and voltage characteristics. E. Panelboards. Prepare a neatly typed circuit directory behind clear heat -resistant plastic in a metal frame attached to the inside of the door for each panelboard. Identify circuits by equipment served and by room numbers where room numbers exist. Indicate spares and spaces with light, erasable pencil marking. Adhesive mounted directory pocket is not acceptable. F. Pull, Junction and Outlet Boxes. With 1/2-inch-high lettering, identify conduits connected to pull, junction and outlet boxes with the complete circuit number of the conductors contained therein. Where multiple circuits are contained in a box, identify the circuit conductors with permanent tags which indicate circuit designation. G. Power Receptacles. 1. Use nameplate or engrave device plate to identify power receptacles with circuit number, voltage and phases, where: a. The nominal voltage between any pair of contacts is greater than 150 volts. b. Dedicated receptacles are provided. 2. If nameplates are used, attach to wall directly above device plate. H. Wall Switches. Provide an engraved switch plate or attach a nameplate to the wall directly above the switch: 1. Where the equipment served is not in sight of the wall switch. Common Work Results for Electrical 26 05 00 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 2. Where the wall switch controls dedicated outlets or special equipment. 3.04 TESTING A. Test Conditions. Place circuits and equipment into service under normal conditions, collectively and separately, as may be necessary to determine satisfactory operation. Perform specified tests in the presence of the Architect/Engineer. Furnish all instruments, wiring, equipment and personnel required for conducting tests. Demonstrate that the equipment operates in accordance with requirements of the drawings and specifications. Special tests on certain items are specified hereinafter. Where specified that the testing be performed by an independent testing company, an Owner approved NETA certified testing company shall be used. B. Test Dates. Schedule final acceptance tests sufficiently in advance of the contract date to permit completion of any necessary adjustment or alterations within the number of days allotted for completion of the contract. C. Retests. Conduct retests as directed by the Architect/Engineer of such time duration as may be necessary to assure proper functioning of adjusted or altered parts or items of equipment. Any resultant delay as a result of such necessary retests does not relieve the Contractor of his responsibility under this contract. 4.00 MEASUREMENT AND PAYMENT A. Payment for electrical item will be at the rates and units specified on the bid form. Items not specifically specified on the Bid Form will be ancillary to related work and not separate payment will be made. B. Payment shall be full compensation for labor, tools, equipment and incidentals necessary to complete the work. END OF SECTION Common Work Results for Electrical 26 05 00 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 SECTION 260519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 1.00 GENERAL 1.01 SECTION INCLUDES A. Building wires and cables rated 600 V and less. B. Connectors, splices, and terminations rated 600 V and less. 1.02 RELATED REQUIREMENTS: A. Section 260523 "Control -Voltage Electrical Power Cables" for control systems communications cables and Classes 1, 2 and 3 control cables. 1.03 DEFINITIONS A. VFC: Variable frequency controller. 1.04 ACTION SUBMITTALS A. Product Data: For each type of product. 1.05 INFORMATIONAL SUBMITTALS A. Field quality -control reports. 1.06 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 NFPA 70. 2.00 PRODUCTS 2.01 CONDUCTORS AND CABLES A. Manufacturers: One of, but not limited to, the following: 1. Southwire. 2. Encore Wire. 3. Service Wire Co. 4. Cerrowire. B. Description: Flexible, insulated and uninsulated, drawn copper current -carrying conductor with an overall insulation layer or jacket, or both, rated 600 V or less. Low Voltage Power Conductors and Cables 26 05 19 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 C. Standards: 1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use. 2. RoHS compliant. 3. Conductor and Cable Marking: Comply with wire and cable marking according to UL's "Wire and Cable Marking and Application Guide." D. Conductors: Copper, complying with ASTM B3 for bare annealed copper and with ASTM B8 for stranded conductors. Comply with NEMA WC 70/ICEA S-95-658. E. Conductor Insulation: 1. Type THHN and Type THWN-2: Comply with UL 83. 2. Type XHHW-2. Comply with UL 44. 2.02 CONNECTORS AND SPLICES A. Manufacturers: One or more of, but not limited to, the following: 1. ABB Installation Products (formerly Thomas & Betts). 2. Burndy, A Hubbell Company. 3. Greaves. B. Description: Factory -fabricated connectors, splices, and lugs of size, ampacity rating, material, type, and class for application and service indicated; listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use. C. Lugs: One piece, seamless, designed to terminate conductors specified in this Section. 1. Material: Copper. 2. Type: One hole with standard barrels. 3. Termination: Compression. 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 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Copper Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and large. Low Voltage Power Conductors and Cables 26 05 19 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 3.02 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Service Entrance: Type THWN, single conductors in raceway B. Feeders Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN/THWN-2, single conductors in raceway. C. Feeders Concealed in Ceilings, Walls, and Partitions: Type THHN/THWN-2, single conductors in raceway. D. Exposed Branch Circuits, Including in Crawlspaces: Type THHN/THWN-2, single conductors in raceway. E. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN/THWN-2, single conductors in raceway. F. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN/THWN-2, single conductors in raceway. G. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless - steel, wire -mesh, strain relief device at terminations to suit application. 3.03 INSTALLATION OF CONDUCTORS AND CABLES A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated. B. Complete raceway installation between conductor and cable termination points according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables. C. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. D. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not damage cables or raceway. E. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. F. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems." G. Complete cable tray systems installation according to Section 260536 "Cable Trays for Electrical Systems" prior to installing conductors and cables. 3.04 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 4868. B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack. Low Voltage Power Conductors and Cables 26 05 19 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 3.05 IDENTIFICATION A. Identify and color -code conductors and cables according to Section 260553 "Identification for Electrical Systems." B. Identify each spare conductor at each end with identity number and location of other end of conductor and identify as spare conductor. 3.06 SLEEVE AND SLEEVE -SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.07 FIRESTOPPING A. Apply firestopping to electrical penetrations of fire -rated floor and wall assemblies to restore original fire -resistance rating of assembly according to Section 078400 " Firestopping." 3.08 FIELD TESTING A. Insulation resistance of all conductors from the generator, ATS, and utility transformer shall be tested. Each conductor shall have its insulation resistance tested after the installation is completed and all splices, taps and connections are made except connection to or into its source and point (or points) of termination. Insulation resistance of conductors which are to operate at 600 volts or less shall be tested by using a Biddle Megger of not less than 1000 volts d c. Insulation resistance of conductors rated at 600 volts shall be free of shorts and grounds and have a minimum resistance phase -to -phase and phase -to -ground of at least 10 megohms. Conductors that do not exceed insulation resistance values listed above shall be removed at Contractor's expense and replaced and test repeated. B. The Contractor shall furnish all instruments and personnel required for tests, shall tabulate readings observed, and shall forward copies of the test readings to the Owner. These test reports shall identify each conductor tested, date and time of test and weather conditions. Each test shall be signed by the party making the test. 4.00 MEASUREMENT AND PAYMENT A. Payment for electrical item will be at the rates and units specified on the bid form. Items not specifically specified on the Bid Form will be ancillary to related work and not separate payment will be made. B. Payment shall be full compensation for labor, tools, equipment and incidentals necessary to complete the work. END OF SECTION Low Voltage Power Conductors and Cables 26 05 19 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 SECTION 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 SECTION INCLUDES 1. Underground distribution grounding. 2. Ground bonding common with lightning protection system. 3. Foundation steel electrodes. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1.03 INFORMATIONAL SUBMITTALS A. As -Built Data: Plans showing dimensioned as -built locations of grounding features specified in "Field Quality Control" Article, including the following: 1. Test wells. 2. Ground rods. 3. Ground rings. B. Field quality -control reports. 1.04 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For grounding to include in emergency, operation, and maintenance manuals. 1. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: a. Instructions for periodic testing and inspection of grounding features at test wells and ground rings based on NFPA 70B. 1) Tests shall determine if ground -resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if values do not. 2) Include recommended testing intervals. 1.05 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing. Grounding and Bonding for Electrical Systems 26 05 26 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 B. 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. C. Comply with UL 467 for grounding and bonding materials and equipment. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: One or more of, but not limited to, the following: 1. ABB Installation Products (formerly Thomas & Betts) 2. Erico 3. Galvan Industries 4. O-Z Gedney 5. Burndy 6. Lyncole 2.02 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 UL 467 for grounding and bonding materials and equipment. 2.03 CONDUCTORS A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4-inch diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned -copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. C. Grounding Bus: Predrilled rectangular bars of annealed copper, 1/4 by 4 inches in cross section, with 9/32-inch holes spaced 1-1/8 inches apart. Stand-off insulators for mounting shall comply with UL 891 for use in switchboards, 600 V and shall be Lexan or PVC, impulse tested at 5000 V. Grounding and Bonding for Electrical Systems 26 05 26 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2.04 CONNECTORS A. Manufacturers: One or more of, but not limited to, the following: 1. ABB Installation Products (formerly Thomas & Betts). 2. Burndy, A Hubbell Company. 3. Greaves. B. Description: Factory -fabricated connectors, splices, and lugs of size, ampacity rating, material, type, and class for application and service indicated; listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use. C. Bolted Connectors for Conductors and Pipes: Copper or copper alloy. D. Welded Connectors: Exothermic -welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. E. Bus -Bar Connectors: Mechanical type, cast silicon bronze, solderless exothermic -type wire terminals, and long -barrel, two -bolt connection to ground bus bar. F. Cable -to -Cable Connectors: Compression type, copper or copper alloy. 2.05 GROUNDING ELECTRODES A. Ground Rods: Copper -clad; 3/4 inch by 10 feet. 3.00 EXECUTION 3.01 APPLICATIONS A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated. B. Underground Grounding Conductors: Install bare copper conductor, No. 2/0 AWG minimum. 1. Bury at least 24 inches below grade. C. Grounding Bus: Install in electrical equipment rooms, in rooms housing service equipment, MDF, IDF and IT rooms, and elsewhere as indicated. 1. Install bus horizontally, on insulated spacers 2 inches minimum from wall, 6 inches above finished floor unless otherwise indicated. 2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, and down; connect to horizontal bus. D. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Bolted connectors. Grounding and Bonding for Electrical Systems 26 05 26 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 4. Connections to Structural Steel: Welded connectors. 3.02 GROUNDING AT THE SERVICE A. Equipment grounding conductors and grounding electrode conductors shall be connected to the ground bus. Install a main bonding jumper between the neutral and ground buses. 3.03 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all feeders and branch circuits. B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. C. Air -Duct Equipment Circuits: Install insulated equipment grounding conductor to duct - mounted electrical devices operating at 120 V and more, including air cleaners, heaters, dampers, humidifiers, and other duct electrical equipment. Bond conductor to each unit and to air duct and connected metallic piping. D. Water Heater, Heat -Tracing, and Antifrost Heating Cables: Install a separate insulated equipment grounding conductor to each electric water heater and heat -tracing cable. Bond conductor to heater units, piping, connected equipment, and components. E. Signal and Communication Equipment: In addition to grounding and bonding required by NFPA 70, provide a separate grounding system complying with requirements in TIA/ATIS J- STD-607-A. 1. For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. 2. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4-by-4-by-12-inch grounding bus. 3. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. 3.04 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. Grounding and Bonding for Electrical Systems 26 05 26 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 B. Ground Bonding Common with Lightning Protection System: Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor and install in conduit. C. Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade unless otherwise indicated. 1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any. 2. For grounding electrode system, install at least three rods spaced at least one -rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor. D. Test Wells: Ground rod driven through drilled hole in bottom of handhole. Handholes are specified in Section 260543 "Underground Ducts and Raceways for Electrical Systems," and shall be at least 12 inches deep, with cover. 1. Test Wells: Install at least one test well for each service unless otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor. E. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. 1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment. 3. Use exothermic -welded connectors for outdoor locations; if a disconnect -type connection is required, use a bolted clamp. F. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes; use a bolted clamp connector or bolt a lug -type connector to a pipe flange by using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided -type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. G. Ufer Ground (Concrete -Encased Grounding Electrode): Fabricate according to NFPA 70; use a minimum of 20 feet of bare copper conductor not smaller than No. 2/0 AWG. Grounding and Bonding for Electrical Systems 26 05 26 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1. If concrete foundation is less than 20 feet long, coil excess conductor within base of foundation. 3.05 LABELING A. Install labels on all grounding electrode conductors where they are terminated on a grounding bus or test well with what system they serve or are connected to. B. Refer to section 260553, IDENTIFICATION FOR ELECTRICAL SYSTEMS, for label requirements. 3.06 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Tests and Inspections: 1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. 3. Test completed grounding system at each location where a maximum ground - resistance level is specified, at service disconnect enclosure grounding terminal, at ground test wells. Make tests at ground rods before any conductors are connected. a. Measure ground resistance no fewer than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall -of -potential method according to IEEE 81. C. Prepare test and inspection reports. D. Report measured ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less: 5 ohms E. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance. 4.00 MEASUREMENT AND PAYMENT A. Payment for electrical item will be at the rates and units specified on the bid form. Items not specifically specified on the Bid Form will be ancillary to related work and not separate payment will be made. B. Payment shall be full compensation for labor, tools, equipment and incidentals necessary to complete the work. END OF SECTION Grounding and Bonding for Electrical Systems 26 05 26 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 SECTION 260529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 SECTION INCLUDES A. Hangers and supports for electrical equipment and systems. B. Construction requirements for concrete bases. 1.02 DEFINITIONS A. EMT: Electrical metallic tubing. B. RMC: Rigid metal conduit. 1.03 PERFORMANCE REQUIREMENTS A. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. B. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. C. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project. 1.04 ACTION SUBMITTALS A. Product Data: For the following: 1. Steel slotted support systems. 2. Nonmetallic slotted support systems. 1.05 INFORMATIONAL SUBMITTALS A. Welding certificates. 1.06 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Comply with NFPA 70. 1.07 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified together with concrete Specifications. Hangers and Supports for Electrical Systems 26 05 29 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 B. Coordinate installation of roof curbs, equipment supports, and roof penetrations. These items are specified in Section 077200 "Roof Accessories." 2.00 PRODUCTS 2.01 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Stainless steel slotted support systems: Comply with MFMA-4, factory -fabricated components for field assembly. 1. Manufacturers: a. ABB Installation Products (formerly Thomas & Betts) b. B-line. c. Erico. d. Unistrut. 2. Stainless steel. 3. Channel Dimensions: Selected for applicable load criteria. B. If retaining first paragraph and subparagraphs below, coordinate with Part 3 and with Drawings to indicate where nonmetallic channel is to be used. C. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. D. Support for Conductors in Vertical Conduit: Factory -fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non -armored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be malleable iron. E. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, stainless steel plates, shapes, and bars; black and galvanized. F. Mounting, Anchoring, and Attachment Components: Refer to structural specifications and plans for items for fastening electrical items or their supports to building surfaces. 2.02 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted, structural -steel shapes, shop or field fabricated to fit dimensions of supported equipment. 3.00 EXECUTION 3.01 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. Hangers and Supports for Electrical Systems 26 05 29 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMT, IMC, and RMC as required by NFPA 70. Minimum rod size shall be 1/4 inch in diameter. C. Spring -steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.02 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. Raceway Support Methods: In addition to methods described in NECA 1, EMT and RMC may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 Ib. D. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements as shown on the plans and in the Structural Specifications. 3.03 INSTALLATION OF FABRICATED METAL SUPPORTS A. Coordinate installation requirements in this Article with structural engineer. B. Comply with installation requirements in Section 055000 "Metal Fabrications" for site - fabricated metal supports. C. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. D. Field Welding: Comply with AWS D1.1/D1.1M. 3.04 CONCRETE BASES A. Refer to plans and specifications for housekeeping pads. 3.05 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field -painted surfaces. 1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils. B. Touchup: Comply with requirements in Section 099000 "Painting and Coating" and Section 099123 "Interior Painting" for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal. Hangers and Supports for Electrical Systems 26 05 29 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing -repair paint to comply with ASTM A 780. 4.00 MEASUREMENT AND PAYMENT A. Payment for electrical item will be at the rates and units specified on the bid form. Items not specifically specified on the Bid Form will be ancillary to related work and not separate payment will be made. B. Payment shall be full compensation for labor, tools, equipment and incidentals necessary to complete the work. END OF SECTION Hangers and Supports for Electrical Systems 26 05 29 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 SECTION 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 SECTION INCLUDES A. Metal conduits, tubing, and fittings. B. Nonmetal conduits, tubing, and fittings. C. Metal wireways and auxiliary gutters. D. Boxes, enclosures, and cabinets. E. Handholes and boxes for exterior underground cabling. 1.02 DEFINITIONS A. Retain terms that remain after this Section has been edited for a project. B. GRC: Galvanized rigid steel conduit. C. ARC: Aluminum rigid conduit. 1.03 ACTION SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and cabinets. 2.00 PRODUCTS 2.01 METAL CONDUITS, TUBING, AND FITTINGS A. Manufacturers: One or more of, but not limited to, the following: 1. ABB Installation Products (formerly Thomas & Betts). 2. Robroy Industries. 3. Atkore's Allied Tube & Conduit. 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. GRC: Comply with ANSI C80.1 and UL 6. D. ARC: Comply with ANSI C80.5. E. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch, minimum. Raceways and Boxes for Electrical Systems 26 05 33 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 F. Retain "ARC" Paragraph below for corrosion resistance and for power distribution at frequencies above 60 Hz or for other special conditions. G. PVC -Coated Aluminum Conduit: PVC -coated rigid aluminum conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch, minimum. H. EMT: Comply with ANSI C80.3 and UL 797. I. FMC: Comply with UL 1; zinc -coated steel. J. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. K. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Fittings for EMT: a. Material: Steel. b. Type: Setscrew. 3. 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. 4. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints. L. 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. 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. B. ENT: Comply with NEMA TC 13 and UL 1653. C. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. D. LFNC: Comply with UL 1660. E. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. F. Fittings for LFNC: Comply with UL 514B. Raceways and Boxes for Electrical Systems 26 05 33 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2.03 METAL WIREWAYS AND AUXILIARY GUTTERS A. Description: Sheet metal, complying with UL 870 and NEMA 250, Type 1 for indoor installations and Type 3R for outdoor installations, 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. B. 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. C. Wireway Covers: Screw -cover type unless otherwise indicated. D. Finish: Manufacturer's standard enamel finish. 2.04 BOXES, ENCLOSURES, AND CABINETS A. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. B. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A. C. Cast -Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy, Type FD, with gasketed cover. D. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL 514C. E. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 Ib . Outlet boxes designed for attachment of luminaires weighing more than 50 Ib shall be listed and marked for the maximum allowable weight. F. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. G. Cast -Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, galvanized, cast iron with gasketed cover. H. Box extensions used to accommodate new building finishes shall be of same material as recessed box. I. Device Box Dimensions: 4 inches square by 2-1/8 inches deep J. Hinged -Cover Enclosures: Comply with UL 50 and NEMA 250, Type 1 for indoor installations and Type 3R for outdoor installations, with continuous -hinge cover with flush latch unless otherwise indicated. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Interior Panels: Steel; all sides finished with manufacturer's standard enamel. K. Cabinets: 1. NEMA 250, Type 1 for indoor installations and Type 3R for outdoor installations, galvanized -steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. Raceways and Boxes for Electrical Systems 26 05 33 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 3.00 EXECUTION 3.01 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: GRC. 2. Concealed Conduit, Aboveground: GRC. 3. Underground Conduit: RNC, Type EPC-40-PVC, concrete encased. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFMC. 5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R. 6. Damp or Wet Locations: GRC. 7. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 3R in damp or wet locations. B. Minimum Raceway Size: 1/2-inch trade size. C. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 3. EMT: Use setscrew fittings. Comply with NEMA FB 2.10. 4. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. D. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. E. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F 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. Raceways and Boxes for Electrical Systems 26 05 33 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports. E. Arrange stub -ups so curved portions of bends are not visible above finished slab. F. 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 of changes in direction. G. Conceal conduit and EMT within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. H. Support conduit within 12 inches of enclosures to which attached. I. 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. J. Coat field -cut threads on PVC -coated raceway with a corrosion -preventing conductive compound prior to assembly. K. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. L. 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 trade size and insulated throat metal bushings on 1-1/2-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. M. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. N. 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. O. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. P. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-Ib tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. Q. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. Raceways and Boxes for Electrical Systems 26 05 33 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 R. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70. S. Comply with manufacturer's written instructions for solvent welding RNC and fittings. T. Expansion -Joint Fittings: 1. Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F and that has straight -run length that exceeds 25 feet. Install in each run of aboveground RMC and EMT conduit that is located where environmental temperature change may exceed 100 deg F and that has straight -run length that exceeds 100 feet. 2. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change. c. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F temperature change. d. Attics: 135 deg F temperature change. 3. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F 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 of temperature change for metal conduits. 4. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 5. 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. U. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches of flexible conduit for recessed and semi -recessed 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. V. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to bottom of box unless otherwise indicated. Raceways and Boxes for Electrical Systems 26 05 33 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 W. Recessed Boxes in Masonry Walls: Saw -cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between box and cover plate or supported equipment and box. X. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. Y. Locate boxes so that cover or plate will not span different building finishes. Z. 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. AA. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. BB. Set metal floor boxes level and flush with finished floor surface. CC. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. DD. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.03 SLEEVE AND SLEEVE -SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Division 26 Section "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.04 FIRESTOPPING A. Install firestopping at penetrations of fire -rated floor and wall assemblies. Comply with requirements in Section 078400 " Firestopping." 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. Raceways and Boxes for Electrical Systems 26 05 33 - 7 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 4.00 MEASUREMENT AND PAYMENT A. Payment for electrical item will be at the rates and units specified on the bid form. Items not specifically specified on the Bid Form will be ancillary to related work and not separate payment will be made. B. Payment shall be full compensation for labor, tools, equipment and incidentals necessary to complete the work. END OF SECTION Raceways and Boxes for Electrical Systems 26 05 33 - 8 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 SECTION 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 SECTION INCLUDES A. Identification for raceways. B. Identification of power and control cables. C. Identification for conductors. D. Underground -line warning tape. E. Warning labels and signs. F. Instruction signs. G. Equipment identification labels. H. Miscellaneous identification products. 1.02 ACTION SUBMITTALS A. Product Data: For each electrical identification product indicated. B. Retain both paragraphs below if Project requirements are complex. 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, shall comply with UL 969. 1.04 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, and standards. Use consistent designations throughout Project. B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. C. Coordinate installation of identifying devices with location of access panels and doors. Identification for Electrical Systems 26 05 53 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 D. Install identifying devices before installing acoustical ceilings and similar concealment. 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway size. B. Colors for Raceways Carrying Circuits at 600 V or Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage. C. Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound clear adhesive tape for securing ends of legend label. 2.02 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each cable size. B. Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical - resistant coating and matching wraparound clear adhesive tape for securing ends of legend label. 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 utility 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 exposed 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, HIGH VOLTAGE. 3. Inscriptions for Orange -Colored Tapes: TELEPHONE CABLE, CATV CABLE, COMMUNICATIONS CABLE, OPTICAL FIBER CABLE. C. Tag: 1. Pigmented polyolefin, bright -colored, continuous -printed on one side with the inscription of the utility, compounded for direct -burial service. 2. Thickness: 4 mils. 3. Weight: 18.5 Ib/1000 sq. ft. Identification for Electrical Systems 26 05 53 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 4. 3-Inch Tensile According to ASTM D 882: 30 Ibf, and 2500 psi. 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 labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Baked -Enamel Warning Signs: 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. Metal -Backed, Butyrate Warning Signs: 1. Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs with 0.0396-inch galvanized -steel backing; and with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 10 by 14 inches. E. 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 INSTRUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. inches and 1/8 inch thick for larger sizes. 1. Engraved legend with [black letters on white face]. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. B. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch. C. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch. Overlay shall provide a weatherproof and UV -resistant seal for label. Identification for Electrical Systems 26 05 53 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2.06 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. 2.07 CABLE TIES A. General -Purpose Cable Ties: Fungus inert, self -extinguishing, one-piece, self-locking, Type 6/6 nylon. 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F, according to ASTM D 638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black except where used for color -coding. B. UV -Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self -extinguishing, one-piece, self-locking, Type 6/6 nylon. 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F, according to ASTM D 638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black. 2.08 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Paint: Comply with requirements in painting Sections for paint materials and application requirements. Select paint system applicable for surface material and location (exterior or interior). B. Fasteners for Labels and Signs: Self -tapping, stainless -steel screws or stainless -steel machine screws with nuts and flat and lock washers. 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 viewing 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 mechanical fasteners appropriate to the location and substrate. F. Attach plastic raceway and cable labels that are not self-adhesive type with clear vinyl tape with adhesive appropriate to the location and substrate. Identification for Electrical Systems 26 05 53 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 G. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. H. Cable Ties: For attaching tags. Use general-purpose type, except as listed below: 1. Outdoors: UV -stabilized nylon. I. Underground -Line Warning Tape: During backfilling of trenches install continuous underground -line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. J. Painted Identification: Comply with requirements in painting Sections for surface preparation and paint application. 3.02 IDENTIFICATION SCHEDULE A. Accessible Raceways and Metal -Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A, and 120 V to ground: Identify with self-adhesive vinyl label. Install labels at 10-foot maximum intervals. B. 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 ungrounded service, feeder, and motor circuit conductors. a. Color shall be factory applied or field applied for sizes larger than No. 8 AWG, if authorities having jurisdiction permit. b. Colors for 208/120-V Circuits. 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. c. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. d. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a minimum 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 unwinding. Locate bands to avoid obscuring factory cable markings. C. Install instructional sign including the color -code for grounded and ungrounded conductors using adhesive -film -type labels. D. Control -Circuit Conductor Identification: For conductors and cables in pull and junction boxes, manholes, and handholes, use Self-adhesive, vinyl labels with the conductor or cable Identification for Electrical Systems 26 05 53 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 designation, origin, and destination. Provide complete control -circuit conductor identification system so that after installation circuits can be easily traced from origin to final destination. Identify control -circuit conductors at each termination and in all accessible locations such as manholes, handholes, control panels, pull boxes, terminal boxes, etc. For identification, use type of tags specified herein. E. Control -Circuit Conductor Termination Identification: For identification at terminations provide self-adhesive, vinyl labels with the conductor designation. F. Auxiliary Electrical Systems Conductor Identification: Identify field -installed alarm, control, and signal connections. 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory -installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual. G. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Install underground -line warning tape for both direct -buried cables and cables in raceway. H. Receptacle Labeling: Provide adhesive film label with clear plastic overlay as defined for instruction signs in Part 2 of this Section. Minimum letter height shall be 1/4 inch. Refer to Section 262726, WIRING DEVICES, for additional information. 1. Power Receptacles. Use nameplate or engrave device plate to identify power receptacles where the nominal voltage between any pair of contacts is greater than 150 volts with circuit number, voltage and phases. If nameplates are used, attach to wall directly above device plate. I. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Metal - backed, butyrate warning signs. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. J. 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. K. Emergency Operating Instruction Signs: Install instruction signs with white legend on a red background with minimum 3/8-inch- high letters for emergency instructions at equipment used for power transfer. L. 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, Identification for Electrical Systems 26 05 53 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 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 unless equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: Engraved Acrylic Label. 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: Stenciled legend 4 inches high. 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 appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be self-adhesive, engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. c. Access doors and panels for concealed electrical items. d. Switchboards. e. Transformers: Label that includes tag designation shown on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. f. Emergency system boxes and enclosures. g. Enclosed switches. h. Enclosed circuit breakers. i. Enclosed controllers. j. Variable -speed controllers. k. Push-button stations. I. Power transfer equipment. m. Contactors. n. Remote -controlled switches, dimmer modules, and control devices. o. Power -generating units. p. Monitoring and control equipment. q. Pull, Junction boxes, and Outlet Boxes. 1) Identify conduits connected to pull, junction and outlet boxes with the complete circuit number of the conductors contained therein. Where Identification for Electrical Systems 26 05 53 - 7 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 multiple circuits are contained in a box, identify the circuit conductors with permanent tags which indicate circuit designation. r. Wall switches. 1) Where the equipment served is not in sight of the wall switch, provide an engraved switch plate or attach a nameplate to the wall directly above the switch s. Exposed conduits. 1) Furnish metal tags at the point of origin, point of termination upon crossing on each side, and at 50-ft intervals for all exposed and accessible conduits. Install metal tags lengthwise and attach with cable ties. Stencil high voltage with the legend "high voltage" stenciled in minimum 1-inch-high red letters. t. Underground Conduit Duct banks 1) Mark underground duct banks with 24-inch by 24-inch by 4-inch concrete marker with etched lettering and arrows indicating the duct bank route. Install markers at point of origin, at point of termination, at change of direction, and at 100-foot intervals, even though not shown on plans. u. Exposed conduits and cables on cable tray 1) Identify all exposed conduits and cables by their circuit numbers or loop numbers at the source, at the equipment, and at 20 feet spans in between 4.00 MEASUREMENT AND PAYMENT A. Identification for Electrical systems is ancillary to other electrical work and not separate payment will be made. B. Payment shall be full compensation for labor, tools, equipment and incidentals necessary to complete the work. END OF SECTION Identification for Electrical Systems 26 05 53 - 8 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 SECTION 26 24 16 PANELBOARDS 1.00 GENERAL 1.01 SECTION INCLUDES A. Distribution panelboards. B. Lighting and appliance branch -circuit panelboards. 1.02 DEFINITIONS A. ATS: Acceptance testing specification. B. GFCI: Ground -fault circuit interrupter. C. GFEP: Ground -fault equipment protection. D. HID: High -intensity discharge. E. MCCB: Molded -case circuit breaker. F. SPD: Surge protective device. G. VPR: Voltage protection rating. 1.03 ACTION SUBMITTALS A. Product Data: For each type of panelboard. 1. Include materials, switching and overcurrent protective devices, SPDs, accessories, and components indicated. 2. 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. 2. Show tabulations of installed devices with nameplates, conductor termination sizes, equipment features, and ratings. 3. Detail enclosure types including mounting and anchorage, environmental protection, knockouts, corner treatments, covers and doors, gaskets, hinges, and locks. 4. Detail bus configuration, current, and voltage ratings. 5. Short-circuit current rating of panelboards and overcurrent protective devices. 6. Include evidence of NRTL listing for SPD as installed in panelboard. 7. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 8. Include wiring diagrams for power, signal, and control wiring. PanelBoards 26 24 16 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 9. Include time -current coordination curves for each type and rating of overcurrent protective device included in panelboards. Submit on translucent log -log graft paper; include selectable ranges for each type of overcurrent protective device. Include an Internet link for electronic access to downloadable PDF of the coordination curves. 1.04 INFORMATIONAL SUBMITTALS A. Panelboard Schedules: For installation in panelboards. 1.05 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 2. Time -current curves, including selectable ranges for each type of overcurrent protective device that allows adjustments. 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 GFEP Types: Two spares for each panelboard. 3. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 4. Fuses for Fused Power -Circuit Devices: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 1.07 QUALITY ASSURANCE A. Manufacturer Qualifications: ISO 9001 or 9002 certified. B. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. 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. B. Handle and prepare panelboards for installation according to NEMA PB 1. 1.09 COORDINATION A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of PanelBoards 26 24 16 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. 1.10 WARRANTY A. Manufacturer's Warranty: Manufacturer agrees to repair or replace panelboards that fail in materials or workmanship within specified warranty period. 1. Panelboard Warranty Period: 18 months from date of Substantial Completion. 2.00 PRODUCTS 2.01 PANELBOARDS AND LOAD CENTERS COMMON REQUIREMENTS A. Fabricate and test panelboards according to IEEE 344 to withstand seismic forces defined in Section 260548.16 "Seismic Controls for Electrical Systems." B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards 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 NEMA PB 1. E. Comply with NFPA 70. F. Enclosures: Surface -mounted, dead -front cabinets. 1. Rated for environmental conditions at installed location. a. Indoor Dry and Clean Locations: NEMA 250, Type 1 b. Outdoor Locations: NEMA 250, Type 3R. 2. Height: 84 inches maximum. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. Trims shall cover all live parts and shall have no exposed hardware. 4. Finishes: a. Panels and Trim: 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: Galvanized steel. G. Incoming Mains: 1. Location: Convertible between top and bottom. 2. Main Breaker: Main lug interiors up to 400 amperes shall be field convertible to main breaker. H. Phase, Neutral, and Ground Buses: PanelBoards 26 24 16 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1. Material: Hard -drawn copper, 98 percent conductivity. a. Plating shall run entire length of bus. b. Bus shall be fully rated the entire length. 2. Interiors shall be factory assembled into a unit. Replacing switching and protective devices shall not disturb adjacent units or require removing the main bus connectors. 3. Equipment Ground Bus: Adequate for feeder and branch -circuit equipment grounding conductors; bonded to box. 4. Full -Sized Neutral: Equipped with full -capacity bonding strap for service entrance applications. Mount electrically isolated from enclosure. Do not mount neutral bus in gutter. I. Conductor Connectors: Suitable for use with conductor material and sizes. 1. Material: Hard -drawn copper, 98 percent conductivity. 2. Terminations shall allow use of 75 deg C rated conductors without derating. 3. Size: Lugs suitable for indicated conductor sizes, with additional gutter space, if required, for larger conductors. 4. Main and Neutral Lugs: Mechanical type, with a lug on the neutral bar for each pole in the panelboard. 5. Ground Lugs and Bus -Configured Terminators: Mechanical type, with a lug on the bar for each pole in the panelboard. 6. Feed -Through Lugs: Mechanical type, suitable for use with conductor material. Locate at opposite end of bus from incoming lugs or main device. 7. Subfeed (Double) Lugs: Mechanical type suitable for use with conductor material. Locate at same end of bus as incoming lugs or main device. J. Future Devices: Panelboards or load centers shall have mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices. 1. Percentage of Future Space Capacity: Ten percent. K. Panelboard Short -Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. Assembly listed by an NRTL for 100 percent interrupting capacity. 1. Panelboards and overcurrent protective devices rated 240 V or less shall have short- circuit ratings as shown on Drawings, but not less than 10,000 A rms symmetrical. 2. Panelboards and overcurrent protective devices rated above 240 V and less than 600 V shall have short-circuit ratings as shown on Drawings, but not less than 14,000 A rms symmetrical. 2.02 PERFORMANCE REQUIREMENTS A. Surge Suppression: PanelBoards 26 24 16 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1. Factory installed as an integral part of panel HA, complying with UL 1449 SPD Type 2. 2. Factory installed as an integral part of remaining panelboards, complying with UL 1449 SPD Type 3. 2.03 POWER PANELBOARDS A. Manufacturers: 1. Square D 2. Eaton 3. GE 4. Siemens B. Panelboards: NEMA PB 1, distribution type. C. Doors: Secured with vault -type latch with tumbler lock; keyed alike. 1. For doors more than 36 inches high, provide two latches, keyed alike. D. Select one of first two options in "Mains" Paragraph below for panelboards with main overcurrent protective devices; select third option for panelboards with only main lugs for the incoming feeder. Consult manufacturers for limitations on ratings for each type of device selected. E. Mains: Circuit breaker. F. Branch Overcurrent Protective Devices for Circuit -Breaker Frame Sizes 125 A and Smaller: Bolt -on circuit breakers. G. Branch Overcurrent Protective Devices for Circuit -Breaker Frame Sizes Larger Than 125 A: Bolt -on circuit breakers. 2.04 LIGHTING AND APPLIANCE BRANCH -CIRCUIT PANELBOARDS A. Manufacturers: 1. Square D 2. Eaton 3. GE 4. Siemens B. Panelboards: NEMA 4X Stainless Steel. C. Mains: Circuit breaker or lugs only. D. Branch Overcurrent Protective Devices: Bolt -on circuit breakers, replaceable without disturbing adjacent units. E. Doors: Door -in -door construction with concealed hinges; secured with multipoint latch with tumbler lock; keyed alike. Outer door shall permit full access to the panel interior. Inner door shall permit access to breaker operating handles and labeling, but current carrying terminals and bus shall remain concealed. PanelBoards 26 24 16 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 F. SPD. 1. Peak Surge Current Rating: The minimum single -pulse surge current withstand rating per phase shall not be less than 100 kA. The peak surge current rating shall be the arithmetic sum of the ratings of the individual MOVs in a given mode. 2. Protection modes and UL 1449 VPR for grounded wye circuits with 480Y/277 V , three- phase, four -wire circuits shall not exceed the following: a. Line to Neutral: 1200 V for 480Y/277 V. b. Line to Ground: 1200 V for 480Y/277 V. c. Neutral to Ground: 1200 V for 480Y/277 V. d. Line to Line: 2000 V for 480Y/277 V. 3. Protection modes and UL 1449 VPR for 240/120-V, single-phase, three -wire circuits shall not exceed the following: a. Line to Neutral: 700 V. b. Line to Ground: 700 V. c. Neutral to Ground: 700 V. d. Line to Line: 1200 V. 4. SCCR: Equal to or exceed 100 kA. 5. (nominal Rating: 20 kA. G. Buses: 1. Copper phase and neutral buses. 2.05 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. MCCB: Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal -Magnetic Circuit Breakers: a. Inverse time -current element for low-level overloads. b. Instantaneous magnetic trip element for short circuits. c. Adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous -Trip Circuit Breakers: Magnetic trip element with front - mounted, field -adjustable trip setting. 3. Electronic Trip Circuit Breakers: a. RMS sensing. b. Field -replaceable rating plug or electronic trip. c. Digital display of settings, trip targets, and indicated metering displays. d. Multi -button keypad to access programmable functions and monitored data. PanelBoards 26 24 16 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 e. Ten -event, trip -history log. Each trip event shall be recorded with type, phase, and magnitude of fault that caused the trip. f. Integral test jack for connection to portable test set or laptop computer. g. Field -Adjustable Settings: 1) Instantaneous trip. 2) Long- and short -time pickup levels. 3) Long and short time adjustments. 4. Current -Limiting Circuit Breakers: Frame sizes 400 A and smaller; let -through ratings less than NEMA FU 1, RK-5. 5. GFCI Circuit Breakers: Single- and double -pole configurations with Class A ground -fault protection (6-mA trip). 6. GFEP Circuit Breakers: Class B ground -fault protection (30-mA trip). 7. Subfeed Circuit Breakers: Vertically mounted. 8. MCCB Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Breaker handle indicates tripped status. c. UL listed for reverse connection without restrictive line or load ratings. d. See "Mechanical -Type versus Compression -Type Lugs" Article in the Evaluations for guidance on lugs. e. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. f. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and HID lighting circuits. 2.06 IDENTIFICATION A. Panelboard Label: Manufacturer's name and trademark, voltage, amperage, number of phases, and number of poles shall be located on the interior of the panelboard door. B. Breaker Labels: Faceplate shall list current rating, UL and IEC certification standards, and AIC rating. C. Circuit Directory: Computer -generated circuit directory mounted inside panelboard door with transparent plastic protective cover. 1. Circuit directory shall identify specific purpose with detail sufficient to distinguish it from all other circuits. PanelBoards 26 24 16 - 7 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2.07 ACCESSORY COMPONENTS AND FEATURES A. Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation. B. Portable Test Set: For testing functions of solid-state trip devices without removing from panelboard. Include relay and meter test plugs suitable for testing panelboard meters and switchboard class relays. 3.00 EXECUTION 3.01 EXAMINATION A. Verify actual conditions with field measurements prior to ordering panelboards to verify that equipment fits in allocated space in, and comply with, minimum required clearances specified in NFPA 70. B. Receive, inspect, handle, and store panelboards according to NEMA PB 1.1. C. Examine panelboards before installation. Reject panelboards that are damaged, rusted, or have been subjected to water saturation. D. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, 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. B. Comply with NECA 1. C. Install panelboards and accessories according to NEMA PB 1.1. D. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. E. Mount top of trim 90 inches above finished floor unless otherwise indicated. F. Mount panelboard cabinet plumb and rigid without distortion of box. G. Mount recessed panelboards with fronts uniformly flush with wall finish and mating with back box. H. Mounting panelboards with space behind is recommended for damp, wet, or dirty locations. The steel slotted supports in the following paragraph provide an even mounting surface and the recommended space behind to prevent moisture or dirt collection. I. Mount surface -mounted panelboards to steel slotted supports 5/8 inch in depth. Orient steel slotted supports vertically. PanelBoards 26 24 16 - 8 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 J. Install overcurrent protective devices and controllers not already factory installed. 1. Tighten bolted connections and circuit breaker connections using calibrated torque wrench or torque screwdriver per manufacturer's written instructions. K. Make grounding connections and bond neutral for services and separately derived systems to ground. Make connections to grounding electrodes, separate grounds for isolated ground bars, and connections to separate ground bars. L. Install filler plates in unused spaces. 3.03 IDENTIFICATION A. Identify field -installed conductors, interconnecting wiring, and components; install warning signs complying with requirements in Section 260553 "Identification for Electrical Systems." B. Create a directory to indicate installed circuit loads; incorporate Owner's final room designations. Obtain approval before installing. Handwritten directories are not acceptable. Install directory inside panelboard door. C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems." D. Device Nameplates: Label each branch circuit device in power panelboards with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems." E. Install warning signs complying with requirements in Section 260553 "Identification for Electrical Systems" identifying source of remote circuit. 3.04 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. B. 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. C. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. D. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test for low -voltage air circuit breakers stated in NETA ATS, Paragraph 7.6 Circuit Breakers PanelBoards 26 24 16 - 9 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. E. Panelboards will be considered defective if they do not pass tests and inspections. F. Prepare test and inspection reports, including a certified report that identifies panelboards included. 3.05 ADJUSTING A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. B. PROTECTION C. Temporary Heating: Prior to energizing panelboards, apply temporary heat to maintain temperature according to manufacturer's written instructions. 4.00 MEASUREMENT AND PAYMENT A. Payment for electrical item will be at the rates and units specified on the bid form. Items not specifically specified on the Bid Form will be ancillary to related work and not separate payment will be made. B. Payment shall be full compensation for labor, tools, equipment and incidentals necessary to complete the work. END OF SECTION PanelBoards 26 24 16 - 10 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 SECTION 23 27 26 WIRING DEVICES 1.00 GENERAL 1.01 SECTION INCLUDES A. Receptacles, receptacles with integral GFCI, and associated device plates. B. Weather -resistant receptacles. C. Wall -switch and exterior occupancy sensors. D. Communications outlets. 1.02 DEFINITIONS A. EMI: Electromagnetic interference. B. GFCI: Ground -fault circuit interrupter. C. Pigtail: Short lead used to connect a device to a branch -circuit conductor. D. RFI: Radio -frequency interference. E. UTP: Unshielded twisted pair. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: List of legends and description of materials and process used for premarking wall plates. 1.04 INFORMATIONAL SUBMITTALS A. Field quality -control reports. 1.05 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing -label warnings and instruction manuals that include labeling conditio 2.00 PRODUCTS 2.01 MANUFACTURERS A. Eaton Arrow B. Hubbell C. Leviton D. Pass & Seymour/Legrand Wiring Devices 23 27 26 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 E. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.02 GENERAL WIRING -DEVICE REQUIREMENTS A. Wiring Devices, Components, 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. C. RoHS compliant. D. Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions: 1. Connectors shall comply with UL 2459 and shall be made with stranding building wire. 2. Devices shall comply with the requirements in this Section. 2.03 STRAIGHT -BLADE RECEPTACLES A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. 2.04 GFCI RECEPTACLES A. General Description: 1. Straight blade, feed -through type. 2. Comply with NEMA WD 1, NEMA WD 6, UL 498, UL 943 Class A, and FS W-C-596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. 4. Description: Integral GFCI with "Test" and "Reset" buttons and LED indicator light. Two pole, three wire, and self -grounding. 2.05 TOGGLE SWITCHES A. Comply with NEMA WD 1, UL 20, and FS W-S-896. B. Switches, 120/277 V, 20 A: 2.06 WALL PLATES A. Single and combination types shall match corresponding wiring devices. 1. Plate -Securing Screws: Metal with head color to match plate finish. 2. Third option in "Material for Finished Spaces" Subparagraph below is also available in Type 430 but is susceptible to rust and corrosion even in finished spaces. 3. Material for Finished Spaces: Smooth, high -impact thermoplastic 4. Material for Unfinished Spaces: Galvanized steel Wiring Devices 23 27 26 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 5. Material for Damp Locations: Thermoplastic with spring -loaded lift cover, and listed and labeled for use in wet and damp locations. B. Wet -Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather - resistant, thermoplastic with lockable cover. 2.07 FINISHES A. Device Color: 1. Wiring Devices Connected to Normal Power System: White unless otherwise indicated or required by NFPA 70 or device listing. B. Wall Plate Color: For plastic covers, match device color. 3.00 EXECUTION 3.01 INSTALLATION A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated. B. Coordination with Other Trades: 1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. Wiring Devices North Beach Drainage, Street, and Eco Park Improvements Project Numbers: 18007, 18162, 22142, 23167 232726-3 Conformed Rev 5/2020 c. Pigtailing existing conductors is permitted, provided the outlet box is large enough. D. Device Installation: 1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 5. When there is a choice, use side wiring with binding -head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three -fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device -mounting screws in yokes, allowing metal -to -metal contact. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles down, and on horizontally mounted receptacles to the right. F. Device Plates: Do not use oversized or extra -deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. G. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. H. Adjust locations of floor service outlets and service poles to suit arrangement of partitions and furnishings. 3.02 GFCI RECEPTACLES A. Install non -feed -through -type GFCI receptacles where protection of downstream receptacles is not required. 3.03 IDENTIFICATION A. Comply with Section 260553 "Identification for Electrical Systems." Wiring Devices 23 27 26 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 B. Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black -filled lettering on face of plate, and durable wire markers or tags inside outlet boxe. 4.00 MEASUREMENT AND PAYMENT A. Payment for electrical item will be at the rates and units specified on the bid form. Items not specifically specified on the Bid Form will be ancillary to related work and not separate payment will be made. B. Payment shall be full compensation for labor, tools, equipment and incidentals necessary to complete the work. END OF SECTION Wiring Devices 23 27 26 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 31 36 00 GABION AND GABION MATTRESSES 1.00 GENERAL 1.1 Description A. The work to be performed under this specification shall include furnishing, assembling, filling, and tying rock -filled wire mesh compartmented gabions and gabion mattresses in accordance with the lines, grades, and dimensions shown on the Drawings or otherwise established in the field by the Engineer or designated representative. The type of construction (i.e. twisted woven mesh, welded mesh or both) and wire sizes [i.e. 13.5 gage (2.2 mm), 12 gage (2.7 mm) or 10 gage (3.4 mm)] shall be as defined in the Drawings or otherwise established by the Engineer or designated representative. B. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text and accompanying tables, the inch -pound units are given preference followed by SI units shown within parentheses. 1.2 Related Documents A. 021020 — Site Clearing and Stripping B. 021040 — Site Grading C. 022040 - Street Excavation D. 022060 - Channel Excavation E. 022080 — Embankment F. 022420 - Silt Fencing G. 028020 - Seeding H. 028040 - Sodding I. 32 90 00 - Planting J. TXDOT Item 169 - Soil Retention Blanket 1.3 References A. Texas Department of Transportation: Manual of Testing Procedures 1. 410-A: Abrasion of Coarse Aggregate Using The Los Angeles Machine 2. 411-A: Soundness of Aggregate By Use of Sodium Sulfate or Magnesium Sulfate B. American Society for Testing and Materials (ASTM) 1. A-313: Standard Specification for Stainless Steel Spring Wire 2. A-370: Standard Test Methods and Definitions for Mechanical Testing of Steel Products 3. A-641: Specification for Zinc Coated (Galvanized) Carbon Steel Wire Gabion and Gabion Mattresses 313600 North Beach Drainage, Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Page 1 4. A-853: Standard Specification for Steel Wire, Carbon, for General Use 5. B-117: Test Method of Salt Spray (Fog) Testing 6. C-535: Standard Test Method for Resistance of Large Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 7. D-412: Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension 8. D-638: Test Method for Tensile Properties of Plastics 9. D-746: Test Methods for Brittleness Temperature of Plastic and Elastomers by Impact 10. D-792: Test Methods for Specific Gravity (Relative Density) and Density of Plastics by Displacement 11. D-1203: Standard Test Methods for Volative Loss from Plastics Using Activated Carbon Methods 12. D-1242: Test Methods for Resistance of Plastics Materials to Abrasion 13. D-1499: Practice for Operating Light and Water Exposure Apparatus (Carbon -Arc Type) for Exposure of Plastics 14. D-2240: Test Method for Rubber Property-Durometer Hardness 15. D-2287: Standard Specification for Nonrigid Vinyl Chloride Polymer and Copolymer Molding and Extrusion Compounds 16. G-23: Practice for Operating Light -Exposure Apparatus (Carbon -Arc Type) With and Without Water for Exposure of Non-metallic Materials 2.00 PRODUCTS 2.1 Materials A. Gabions and Gabion mattresses shall be constructed of galvanized steel wire with polyvinylchloride (PVC) flexible coating. The gabions and gabion mattresses shall be of the construction and sizes specified in the Drawings and shall meet the specifications presented herein. Unless otherwise specified in the Drawings or approved by the Engineer or designated representative, the gabions and gabion mattresses may be constructed of either double twist woven mesh or welded wire mesh. B. Gabions shall be furnished in the specified dimensions within a tolerance of ± 5 percent. Gabion mattresses shall be furnished in the specified dimensions within a tolerance of (5 percent for the length and width and (10 percent for the height. For each individual gabion or gabion mattress, the same mesh style shall be used for the base, front, ends, back, diaphragms and lid panels. Each gabion or Gabion mattress shall be manufactured and divided into cells of equal length, no greater than 3 feet (0.9 meter), by diaphragm panels. C. Gabion and Gabion Mattress Wire: Gabion wire shall be galvanized steel, Class 3 or A coating, soft temper conforming to ASTM A 641, and shall specifically meet the Gabion and Gabion Mattresses 313600 North Beach Drainage, Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Page 2 requirements given below for gabions (12 gage wire) and/or Gabion mattresses (13.5 wire gage) as called for in the Drawings. PVC coating of the wire may be fuse -bonded or extruded onto the wire. Galvanization of welded wire shall be performed either before or after welding. Table 1: Requirements - Mesh Wire for Gabions and Gabion Mattress Units Characteristic Gabions Gabion Mattresses Wire Gage 12 gage 13.5 gage Maximum Tensile Strength (ASTM 641) 70,000 psi (483 mPa) _ 75,000 psi (517 mPa) Nominal Wire Diameter (ASTM A 641) 0.106 inch (2.7 mm) 0.0866 inch (2.2 mm) Minimum Diameter (ASTM A 641, Table 3) 0.102 inch (2.6 mm) 0.0826 inch (2.9 mm) Galvanizing, Zinc (ASTM A 641, Table 1) 0.80 oz/ft 2 (245 grim 2) 0.70 oz/ft 2 (215 grim 2) 2.2 Gabion Mesh A. Woven Mesh: Woven mesh shall be of a uniform non -raveling, double twist hexagonal pattern nominally of dimensions 3.25 inches by 4.5 inches (83 mm by 114 mm). Selvedge wire shall be 10 gage (nominal diameter of 3.4 mm). B. Welded Mesh: -Mesh opening shall be nominally 3 inches by 3 inches (75 mm by 75 mm). Strength of welds shall meet the following requirements when tested in accordance with section 13.4 of ASTM A-974: Type of Structure Gabions Gabion Mattress Table 2: Minimum Weld Strength Requirements Wire Size (Diameter) Gage (m Minimum Average Weld Shear Strength English Units (SI Units) 12 (2.7) 472 Ibf (2.10 kN) 13.5 (2.2) 292 Ibf (1.30 kN) C. Manufacturing: Twisted wire mesh gabions shall be manufactured in conformance with ASTM A-975, while welded wire mesh gabions shall be manufactured in conformance with ASTM A-974. 2.3 Gabion Mattresses A. Woven Mesh: Woven mesh shall be of a uniform non -raveling, double twist hexagonal pattern, nominally of dimensions 2.5" x 3.25" (64 mm by 83 mm). Selvedge wire shall be 12 gage (nominal diameter of 2.7 mm). Gabion and Gabion Mattresses 313600 North Beach Drainage, Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Page 3 B. Welded Mesh: Mesh opening shall be nominally 1.5" x 3.0" (38 mm by 76 mm). Strength of welds shall meet the requirements listed in Table 2 for 13.5 gage (2.2 mm) wire, when tested in accordance with section 13.4 of ASTM A-974: C. Manufacturing: Twisted wire mesh Gabion mattresses shall be manufactured in conformance with ASTM A-975, while welded wire mesh Gabion mattresses shall be manufactured in conformance with ASTM A-974. 2.4 PVC Coating: All wire used in fabrication of the gabions, Gabion mattresses and wiring operations during construction shall, after zinc coating, have a fuse -bonded or extruded coating of PVC. The coating shall be gray in color. The thickness shall be nominally 0.020 inch (0.5 mm) and shall not be less than 0.015 inch (0.38 mm) in thickness. It shall be capable of resisting deleterious effects of natural weather exposure, and immersion in salt water. For PVC -coated welded wire fabric panel, cutting of the panels shall not be allowed closer than % inch (% inch (6 mm (3.18 mm) after fabrication in order to prevent exposure near the welds. A. Initial Properties: 1. Woven Mesh: The initial properties of the PVC coating material shall have a demonstrated ability to conform to the following requirements specified in ASTM A- 975: a. Specific Gravity: The specific gravity as determined in accordance with ASTM D-792 shall be between 1.3 to 1.35. b. Durometer Hardness: The hardness as determined in accordance with ASTM D-2240 shall be between 50 to 60, Shore D. c. Tensile Strength: The tensile strength when tested in accordance with ASTM D-412 shall not be less than 2985 psi (20.6 mPa). d. Modulus of Elasticity at 100% Elongation: The Modulus of Elasticity when determined in accordance with ASTM D-412 shall not be less than 2700 psi (18.6 mPa). e. Resistance to Abrasion: The percentage loss in weight (mass) during abrasion testing in accordance with ASTM D-1242 shall be less than 12%. f. Brittleness Temperature: The brittleness temperature shall not be higher than 150F (-9.000) or a lower temperature specified by the Engineer, when tested in accordance with ASTM D-746. The maximum brittleness temperature should be at least 150F (80C) below the minimum temperature at which the gabion will be handled or filled. 2. Welded Mesh: The initial properties of the PVC coating material shall have a demonstrated ability to conform to the following requirements specified in ASTM A- 974: Gabion and Gabion Mattresses 313600 North Beach Drainage, Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Page 4 a. Specific Gravity: The specific gravity as determined in accordance with ASTM D-792 shall be between 1.20 and 1.40. b. Durometer Hardness: The hardness as determined in accordance with ASTM D-2240 shall not be less than 75, Shore A. c. Tensile Strength: The tensile strength when tested in accordance with ASTM D-638 shall not be less than 2275 psi (15.7 mPa). d. Modulus of Elasticity: The Modulus of Elasticity when determined in accordance with ASTM D-638 shall not be less than 1980 psi (13.7 mPa). e. Resistance to Abrasion: The percentage loss in weight (mass) shall be less than 12 during abrasion testing in accordance with ASTM D-1242, Method B, at 200 cycles, CSI-A abrader tape, 80 grit. f. Brittleness Temperature: The brittleness temperature shall not be higher than 150F (-9.000) or a lower temperature specified by the Engineer, when tested in accordance with ASTM D-746. The maximum brittleness temperature should be at least 150F (80C) below the minimum temperature at which the gabion will be handled or filled. g. Adhesion: The PVC coating on the wire shall adhere to the wire such that the coating breaks rather than separates from the wire, when tested in accordance with the PVC Adhesion Test described in Section 13.3 of ASTM A-974. h. Mandrel Bend: The PVC -coated wire, when subjected to a single 3600 bend at OOF (- 180C) around a mandrel ten times the diameter of the wire, shall not exhibit breaks or cracks in the PVC coating. B. Performance Tests: The PVC coating shall have the demonstrated ability to withstand the specified exposure testing. 1. Exposure to Salt Spray: The PVC shall show no effect after 3000 hours of salt spray exposure in accordance with ASTM Test Method B-117 2. Exposure to Ultraviolet Rays: The PVC shall show no effect of exposure to ultraviolet light with test exposure of 3000 hours, using apparatus Type E and 145°F (63°C), when tested in accordance with ASTM Practice D-1499 and G-23. C. Properties After Exposure Tests: After conclusion of the salt spray and exposure to ultraviolet light tests, the PVC shall not show cracks, blisters, or splits, nor any noticeable change in color. In addition, the PVC coating shall not show cracks or breaks after the wires are twisted in the fabrication of the mesh, nor shall there be any moisture intrusion under the PVC coating as a result of the test. After completion of the exposure tests the following criteria shall also be met: 1. Woven Mesh: Gabion and Gabion Mattresses 313600 North Beach Drainage, Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Page 5 a. The Specific Gravity shall not change more than 6% of its initial value. b. The Durometer Hardness shall not change more than 10% of its initial value. c. The Tensile Strength shall not change more than 25% of its initial value. d. The Resistance to Abrasion shall not change more than 10% of its initial value. 2. Welded Mesh: a. The Specific Gravity shall not change more than 6% of its initial value. b. The Modulus of Elasticity shall not change more than 25% of its initial value. c. The Tensile Strength shall not change more than 25% of its initial value. d. The Resistance to Abrasion shall not change more than 10% of its initial value. D. Salt Spray Resistance for Fastener: The fasteners for twisted mesh wire gabions and Gabion mattresses shall be subjected to Salt Spray Test of Test Method B-117 for a period of not less than 48 ±1 hour cycle length. After testing the fasteners, the selvedge, or mesh wire confined by the fasteners shall show no rusty spots on any part of the surface excluding the cut ends. 2.5 Stone A. Gabion Basket Stones: Stone fill shall be durable and of suitable quality to ensure permanence in the structure. The stone used to fill the gabion baskets shall be a clean, sound, and durable rock meeting the following requirements. It shall have a wearing loss less than 35 percent when the stone is tested with the Los Angeles Abrasion Machine in accordance with ASTM Test Method C535 (TxDOT Test Method Tex-410A). The loss of material experienced during five cycles of magnesium sulfate exposure conducted in accordance with TxDOT Test Method Tex411A for Rock Riprap shall not exceed 18 percent. The stone shall be well graded to produce a dense fill, angular in texture, while meeting the following gradation requirements: Table 3: Gabion Stone Gradation Requirements Sieve Size US (SI) Percent by Weight (Mass) % Passing Each Individual Sieve 8 Inch (200 mm) 100 4 Inch (100 mm) 3 Inch (75 mm) 0-5 0 The minimum unit weight (unit mass) of a rock filled gabion shall be 120 pcf [1.92 megagrams (mg) per cubic meter]. Verification of unit weight (mass) shall be performed when ordered by the Engineer, by constructing a test gabion with materials supplied for construction with the same effort and method intended for production gabions. Gabion and Gabion Mattresses 313600 North Beach Drainage, Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Page 6 B. Gabion Mattress Stone: The stone used to fill the Gabion mattresses shall be as specified for gabions except that it shall have a maximum dimension of 5 inches (125mm) and a minimum dimension of 3 inches (75 mm). The majority of the stone shall be in the 3-to-4- inch (75 to 100 mm) range; cubical or rounded in shape. A tolerance of 5% shall be allowed on the upper and lower dimensions of the rock. 2.6 Connections A. Wire: Lacing wire and connecting wire shall be 13.5 gage [0.087 inch (2.20 mm)] PVC coated galvanized steel, Class 3, soft temper, conforming to ASTM A-641. During testing, any separation of 2 inches (50 mm) or more between connecting wires shall be considered as a failure. B. Spiral Binder for Welded Wire Mesh: Spiral binders shall consist of 0.106-inch (2.7 mm) PVC coated wire for the gabion and 0.087 inch (2.2 mm) PVC coated wire for the Gabion mattresses. Spiral binders shall have a 3.0 inch (75 mm) maximum separation between continuous successive loops (3 inch or 75mm pitch). The binder shall be made of galvanized steel, Class 3, soft temper, conforming to ASTM A-641. C. Alternate Fasteners for Twisted Woven Mesh: Alternate fasteners, acceptable for use by the intended gabion basket manufacturer, may be submitted to the Engineer for consideration and approval prior to construction. The fasteners may consist of split ring or interlocking fasteners. Alternate fasteners systems shall produce a joint that meets the requirements of ASTM A-975, Section 7, Table 2. 2.7 Fastener System: The Contractor shall provide a complete description of the fastener system, including the number of fasteners required for all vertical and horizontal connections for single - and multiple -basket joining, as well as the number and size wires the fastener is capable of properly joining. The Contractor shall provide a description of a properly installed fastener, including test reports, drawings and/or photographs. Properly formed fasteners shall meet the requirements of ASTM A- 974 for welded wire mesh or ASTM A-975 for twisted woven mesh. A. Each interlocking fastener shall be locked and closed. B. Each overlapping ring fastener shall be closed, and the free ends shall overlap an average of 1 inch (25 mm). C. Spiral binders shall be screwed into position such that they pass through each mesh opening along the joint. In order to prevent unraveling, both ends of the spiral shall be crimped back around itself. D. Wire fasteners shall not be used to join more wires, or larger wires, than tested and approved for the application. 2.8 Panel to Panel Joint Strength A. The minimum strength of the joined panels shall be as specified in Section 7.3 of ASTM A- 974 for Welded wire panels or Section 7.3 of ASTM A-975 for twisted woven mesh. 2.9 Miscellaneous: Aggregate bedding, geotextiles or other materials shall conform to the requirements established on the Drawings. 2.10 Certificate of Compliance: The Contractor shall submit Certificates of Compliance for all materials proposed for use to the Engineer for review and approval one week prior to construction. Gabion and Gabion Mattresses 313600 North Beach Drainage, Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Page 7 3.00 EXECUTION A. Twisted wire mesh Gabon's and revote mattresses shall be supplied in the forms allowed in ASTM A-975, while welded wire mesh Gabon's and revote mattresses shall be supplied in a form allowed in ASTM A-974. B. The Gabon/revote mattress manufacturer/supplier will be required to have a qualified representative on site at the start of gabion/Gabion mattress construction. The Contractor shall submit work experience documentation of the representative for review/approval by the Engineer or designated representative. The representative shall be available for consultation as needed throughout the gabion construction. C. Gabions and Gabion mattresses shall be constructed to the lines and grades shown on the Drawings. Individual or groups of gabions or Gabion mattresses, which deviate from line and grade, shall, at the direction of the Engineer or designated representative, be removed and replaced at no cost to the owner. Gabions or Gabion mattresses, which are constructed with bulges, and/or underfilled, loosely filled, or otherwise lacking a neat and compact appearance shall, at the direction of the Engineer or designated representative, be repaired/replaced at no cost to the owner. Underfilling of gabion/Gabion mattress corners to facilitate insertion of spirals shall not be permitted. 3.1 Foundation Preparation A. The foundation shall be excavated to the extent shown on the Drawings or as directed by the Engineer or designated representative. All loose or otherwise unsuitable materials shall be removed. All depressions shall be carefully backfilled to grade. The depressions shall be backfilled with suitable materials from adjacent required excavation, or other approved source, and compacted to a density at least equal to that of the adjacent foundation. If pervious materials are encountered in the foundation depressions, the areas shall be backfilled with free draining materials. B. Any buried debris protruding from the foundation that will impede the proper installation and detrimentally impact the final appearance of the gabion, shall also be removed, and the voids carefully backfilled and compacted as specified above. Immediately prior to gabion or Gabion mattress placement, the prepared foundation surface shall be inspected and approved by the Engineer and no material shall be placed thereon until that area has been approved. C. Placement of filter material and/or filter fabric shall be as shown on the Drawings or directed by the Engineer. 3.2 Gabion/Gabion Mattress Basket Assembly A. No work shall take place using PVC coated materials unless both the ambient air temperature and the temperature of the PVC materials are at least 15°F (8°C) above the brittleness temperature of the PVC materials. B. Assembly of gabions and Gabion mattresses shall consist of shaping and tying each individual basket. Baskets shall be assembled by connecting all untied edges including diaphragms with lacing wire, spirals or approved fasteners. The connections for the completed assemblies shall conform to the requirements of Section 7 of ASTM specifications A-974 (welded wire) and Section 7.3 and Table 2 of A-975 (double twisted). C. Assembly of baskets, connection of baskets together and lid closures shall be accomplished in accordance with one of the following approved procedures: Gabion and Gabion Mattresses 313600 North Beach Drainage, Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Page 8 1. Lacing Wire: Using lacing wire of appropriate length, secure one end of the wire onto the basket corner by looping and twisting the lacing wire together. Proceed along the joint by tying with double loops every other mesh opening at intervals not more than 6 inches (150 mm) apart, while pulling the basket elements tightly together. Secure the other end of the lacing wire again by looping and twisting the wire around itself. 2. Spiral Binders for Welded Wire Mesh: Spiral binders, meeting the minimum acceptance criteria of section 2.6.0 shall be screwed into position such that they pass through each mesh opening along the joint. To prevent unraveling, each end of the spiral binder shall be crimped back against itself. 3. Alternate Fasteners for Twisted Woven Mesh: Interlocking fasteners meeting the minimum acceptance criteria of section 2.6.C, shall be installed with, as a minimum, one interlocking fastener in every other opening. Ring fasteners meeting the minimum acceptance criteria of section 2.6.C, shall be installed with, as a minimum, one split ring fastener in every opening, having a minimum 1 inch (25 mm) total overlap and securing only the number and diameter of wires for which tested. 4. Placing of gabions and Gabion mattresses shall consist of installing baskets to the lines and grades shown on the Drawings. Gabions and Gabion mattresses shall be securely fastened to each adjoining unit along the vertical and top reinforced edges of all contact surfaces. 5. Overlying rows of baskets shall be staggered appropriately. Empty sections stacked on a filled line of gabions and Gabion mattresses shall be securely fastened to the bottom unit along the front, back and ends. 6. Prior to the placement of rock, the baskets used in the front vertical exposed faces of retaining walls shall be aligned. To facilitate alignment, tension may be applied to empty units at the direction of the Engineer or designated representative. 3.3 Filling of Gabions and Gabion Mattresses A. The gabions and Gabion mattresses may be filled by machine, in maximum lifts of 12 inches (300 mm). The machine work shall be supplemented with handwork to avoid bulges and provide a compact mass with a minimum of voids. Care will be exercised so as not to damage the gabion/Gabion mattress elements or wire coating by limiting height of drop during filling to 3.0 feet (0.9 meter) for Gabions and 1.5 feet (0.5 meter) for Gabion mattresses. Undue deformation or bulging of the mesh shall be corrected prior to further stone filling. Where specified on the Drawings, select large stone shall be hand placed on vertical outside faces to achieve a desired neat appearance. B. During placement, the depth of stone in any cell shall not exceed the depth in an adjoining cell by more than one foot (300 mm). Stone smaller than the mesh opening found against vertical faces shall be removed. C. Two connecting wires in each direction for end units and two parallel connecting wires perpendicular to the exposed face for exposed face units shall be installed at every 12 inch (300 mm) lift. The connecting wires shall loop around two mesh openings, and the ends of wires shall be securely twisted with a minimum of three twists after looping. Prefabricated connecting wire may be used in lieu of connecting wire. Gabion and Gabion Mattresses 313600 North Beach Drainage, Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Page 9 D. Connecting wires associated with 18inch (450 mm) gabions shall be installed when and as specified on the Drawings or as recommended by the gabion/Gabion mattress manufacturer. E. The gabion or Gabion mattress unit shall be overfilled by 11/2 to 2 inches (37.5 to 50 mm) and the lid shall be bent and stretched until it meets the perimeter edges of the front and end panels. The stretching shall be accomplished using an approved lid closing tool in order to prevent damage to the PVC coating. Crow bars or similar single point leverage devices will not be allowed. The lid shall then be securely tied with lacing wire, spirals or approved fasteners to the fronts, ends and diaphragms. Excessive deformation of the lid panel to facilitate closing of a bulging gabion or Gabion mattress will not be permitted. 1. All backfill shall be placed and compacted in sequence with the filling of the baskets; however, care shall be exercised in compacting the fill behind a single row of baskets since excessive compaction effort can displace the gabions/Gabion mattresses from the desired alignment. 2. Gabion or Gabion mattress units may be cut or shaped to fit odd length or odd shaped areas. They shall be cut at least 6" to 8" (150 mm to 200 mm) larger than the opening to allow sufficient material for overlap and lacing. All edges or faces formed in this manner shall be adjusted to present a finished and pleasing appearance. 3. At all times, care shall be taken to turn all loose and projecting ends of wire into the gabion units to prevent injury. 3.4 Quality of Work A. Wire of proper grade and quality, when fabricated and installed in the manner herein required, shall result in a strong, serviceable mesh -type product having substantially uniform openings. It shall be fabricated and finished properly, as determined by visual inspection, and shall conform to this specification. END OF SECTION Gabion and Gabion Mattresses 313600 North Beach Drainage, Improvements Conformed Project Numbers: 18007, 18162, 22142 and 23167 Page 10 32 34 00 PEDESTRIAN BRIDGES PART 1 — GENERAL 1.0 SECTION INCLUDES A. These specifications are for a fully engineered clear span bridge of welded steel construction and shall be regarded as minimum standards for design, fabrication and installation for a pre-engineered, pre -fabricated pedestrian and bicycle steel truss bridge including cast in place concrete bridge foundation system. Clear span length and width of the bridge shall be as shown on the drawings or specification. B. These specifications are for fully engineered multi -piece modular bridges of steel construction with concrete bridge deck, including fully engineered cast in place concrete bridge foundation systems (i.e., drilled piers, driven piles, abutments, wingwalls, retaining walls for bridge approaches, etc.) and shall be regarded as minimum requirements for design, fabrication and installation. The work shall consist of designing, furnishing, fabricating, finishing, transporting and erecting the steel modular rolled girder bridge superstructure including bearings and bridge deck. C. Contractor shall also be responsible for all bridge foundation designs and the design of associated items, including, but not limited to, piers, piles, bents, beams, footings, abutments, etc. and associated wingwalls, retaining walls for ADA compliant pedestrian bridge approaches, headwalls, parapets, ADA compliant guardrails and handrails (i.e., bridge handrails, wingwall handrails and sidewalk ramp handrails at bridge approaches) and canal slope stabilization to protect the bridge foundations. The contractor shall retain the services of either the precast bridge manufacturer and/or a separate structural engineer to design the bridge foundations and associated items. D. This work shall consist of the design, fabrication, storage, delivery and erection of a welded steel truss superstructure. Also included in this work shall be the furnishing and installation of the concrete foundation system, a concrete deck, all bearings, anchors and/or retainers, railings, fencing and miscellaneous items as indicated on the drawings. E. The proposed bridges are based on products designed and manufactured by Contech Engineered Solutions LLC. Contractor may propose products designed and manufactured by other bridge manufacturers with equal products, however, Contractor will be responsible for any and all costs that may result, including but not limited to the redesign and added costs of other work that may require modifications due to the proposed alternate bridge manufacturer such as modifications to bridge approaches, the canal, adjacent utilities, slope stabilization, etc. F. This section includes ADA compliant approach handrails which shall be similar with and coordinated with the bridge handrails. Conformed Pedestrian Bridges 32 34 00 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 G. The Contractor's bridge foundation engineer is responsible for coordinating the foundation design with the Bridge Manufacturer's structural engineer. The Bridge Manufacturer may also be the Foundation Engineer. H. Contractor is responsible for retaining the services of an independent consultant professional engineer registered in Texas to inspect the bridge foundation system, bridge superstructure and associated items (ex., headwalls, guard rails, slope protection, etc.). 2.0 RELATED SECTIONS A. Section 01 57 00 — Temporary Controls B. Section 022021 — Control of Groundwater C. Section 022022 — Trench Safety for Excavations D. Section 022060 — Channel Excavation E. Section 022080 — Embankment F. Section 022100 — Select Material G. Section 030020 — Portland Cement Concrete H. Section 032020 — Reinforcing Steel I. Section 038000 — Concrete Structures J. Section 050200 — Welding K. TxDOT Item 422 — Concrete Superstructure L. TxDOT Item 441 — Steel Structures 3.0 REFERENCES All references shall be latest edition. A. American Association of State Highway and Transportation Officials (AASHTO): 1. AASHTO LRFD Bridge Design Specifications, 9th Edition, 2020 (AASHTO LRFD). 2. AASHTO, LRFD guide specifications for the design of pedestrian bridges, 2nd edition, 2015. 3. AASHTO manual for bridge evaluation, 3rd edition, 2018. B. American Concrete Institute (ACI): 1. ACI "Manual Of Standard Practice For Detailing Reinforced Concrete", ACI #315, latest edition. C. American Institute of Steel Construction (AISC): 1. AISC, Steel Construction Manual, 15th Edition, 2017 (AISC). 2. AISC 303-10, code of standard practice for structural steel building and bridges. 3. AISC "Hollow Structural Sections Connections Manual." D. American Society of Civil Engineers (ASCE): 1. ASCE/SEI 7-10 Minimum Design Loads for Buildings and Other Structures, 2010 (ASCE 7). Pedestrian Bridges 32 34 00 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2. ASCE/SEI 7-10 minimum design loads for buildings and other structures, 2010. E. ASTM International (ASTM): 1. A36/A36M, Standard Specification for Carbon Structural Steel. 2. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 3. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 4. A325, Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 5. A490, Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 6. A588/A588M, Standard Specification for High -Strength Low -Alloy Structural Steel, up to 50 ksi (345 MPa) Minimum Yield Point, with Atmospheric Corrosion Resistance. 7. A606, Standard Specification for Steel, Sheet and Strip, High -Strength, Low -Alloy, Hot -Rolled and Cold -Rolled, with Improved Atmospheric Corrosion Resistance. F. American National Standards Institute (ANSI): 1. ANSI/AWS D1.1, structural welding code -steel. 2. ANSI/AWS D1.4, structural welding code -reinforcing steel. 3. ANSI/AWC NDC-2015 National Design Specification for Wood Construction, 2015 (NDS). G. American Welding Society (AWS): 1. Structural Welding Code, D1.5, 2015. 2. Specifications A.W.S. D1.1. H. The International Building Code (IBC). I. The Society for Protective Coatings (SSPC): 1. SP6, Commercial Blast Cleaning. J. Texas Department of Transportation (TXDOT): 1. TXDOT bridge design guide, Jan. 2023. 2. TXDOT bridge detailing guide, April 2022. 4.0 DEFINITIONS A. Owner: The City of Corpus Christi, Texas. B. Engineer: Engineering Entity or Firm representing the Owner. C. Bridge Inspector: An independent consultant professional engineer registered in Texas hired by the Contractor to inspect the bridge foundation system, bridge superstructure and associated items (ex., headwalls, guard rails, slope protection, etc.). Bridge Inspector shall be independent from the Contractor, Bridge Manufacturer and Foundation Engineer. D. Contractor: Entity responsible for the design, fabrication and installation of the bridge foundation and the bridge. E. Foundation Engineer. Engineering Entity or Firm retained by the Contractor who will be designing all other items not designed by the Bridge Manufacturer, including but not limited to, the bridge foundation system, concrete bridge deck, associated wing walls and retaining walls, bridge approach modifications, handrails, slope protection (ex., riprap, gabion Pedestrian Bridges 32 34 00 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 baskets), subsoil drainage system, etc. Foundation Engineer shall be a professional engineer registered in Texas. F. Geotechnical Engineer. Engineering Entity or Firm responsible for providing the Geotechnical information necessary to design the bridge foundation system. The Owner will provide a geotechnical engineering report for information only. The Contractor and Foundation Engineer are responsible for retaining their own Geotechnical Engineer to perform additional geotechnical investigations if the Contractor and Foundation Engineer deem necessary for the design of the bridge foundation system, wing walls and retaining walls. G. Bridge Manufacturer: Firm who will be designing, fabricating and supplying the bridge in accordance with the Contract Documents. Bridge Manufacturer may also provide all or part of the services of the Foundation Engineer. Bridges shall be designed by a professional engineer registered in Texas. 5.0 SUBMITTALS A. Submit qualification documents for proposed Bridge Manufacturer per Part 1, Section 6.0 of this specification. B. Submit qualification documents for proposed Foundation Engineer per Part 1, Section 6.0 of this specification. C. Submit calculations and detailed shop drawings for all bridges, bridge deck systems, foundation systems, wing walls and retaining walls. D. All calculations shall be signed and sealed by a professional engineer registered in Texas. Calculations shall include, but not be limited to, complete design, analysis and code checks for the controlling members, connectivity and support conditions, deck design, deflection checks, bearings, all splices, etc. E. All shop drawings shall be signed and sealed by a professional engineer registered in Texas. Size of shop drawings shall be 11"x17" in PDF format. Drawings shall have cross referenced details and sheet numbers. Shop drawings shall be unique and detailed drawings, with sufficient longitudinal and transverse cross sections and details sufficient to illustrate the designs of the bridges, foundations, walls, handrails, etc. All relative design information such as member sizes, bolted and welded connection sizes and details, reinforcing (ex., bar sizes, lap lengths, bend details, etc.), applicable material specification, dimensions necessary for fabrication and installation, etc. shall be clearly shown on the drawings. Shop drawings shall include but not limited to design criteria, plans, elevations, sections, details, splices, connections, finishes, and sequence of construction, etc. Shop drawings shall be carefully reviewed and corrected by the Contractor prior to submitting to the Engineer for review. F. Contractor shall submit the following bridge related submittals. 1. Detailed shop drawings and calculations for the bridges, bridge foundations, abutments, wingwalls, retaining walls for bridge approaches, bridge handrails, and handrails for bridge approaches. Pedestrian Bridges 32 34 00 - 4 North Beach Drainage, Street, and Eco Park Improvements , Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2. Detailed shop drawings and calculations for any special shoring that the Foundation Engineer and/or Contractor deems necessary for the installation of the foundation system. Contractor shall provide special shoring and/or other temporary support and protective measures where necessary to protect adjacent roads, utilities and structures. Cost of special shoring is incidental. 3. Proposed detailed dewatering plan if the Foundation Engineer and/or Contractor deems necessary for the installation of the foundation system. Proposed dewatering plan shall include proposed method for ensuring that damage to surrounding roads, structures, utilities, etc. due to settlement and sink holes that might result from the removal of silt and fine sediments during the dewatering process. Cost of dewatering is incidental. 4. Detailed shop drawings for any proposed subsoil foundation drainage system, including proposed details for penetrating/connecting to the proposed canal and slope protection systems. 5. Load testing program for deep foundations. Load testing program and copies of passing test results shall be signed and sealed by a professional engineer registered in Texas. 6. Qualifications for proposed third -party independent geotechnical engineering consultant that will be performing any additional geotechnical investigation and that will be responsible for all testing and reports associated with the deep foundation load testing program. 7. Letters signed by the Foundation Engineer and the Bridge Manufacturer indicating that they have coordinated their respective designs to avoid any conflicts. G. Submit qualifications for proposed Bridge Inspector. H. Upon completion and prior to opening the bridges to the public, submit letter from Bridge Inspector certifying that the bridge foundation system, bridge superstructure and associated items (ex., wingwalls, retaining walls, slope protection, etc.) have been completed in accordance with the contract documents, approved shop drawings and applicable codes and regulatory requirements. The letter shall be signed and sealed by a professional engineer registered in Texas. Letter shall include copies of all bridge inspection reports. The bridge inspection reports shall be signed and sealed by a professional engineer registered in Texas. 6.0 QUALITY CONTROL AND ASSURANCE A. Contractor shall submit the following qualifications for the proposed Bridge Manufacturer. Selected Bridge Manufacturer shall comply with the following requirements. 1. Submit documentation demonstrating that the Bridge Manufacturer has at least ten (10) years of experience designing and fabricating similar pedestrian bridge structures. Documentation shall include, but not be limited to, the following. a. Product Literature. b. Examples of the following: Pedestrian Bridges 32 34 00 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1) Shop drawings and calculations (signed and sealed by a Professional Engineer Registered in Texas) from at least one (1) similar project. 2) Representative copy of field/installation procedures. 3) Quality control manual. c. References from at least two (2) bridge Owners. 2. Submit current AISC quality certification for Bridge Manufacturer. Bridge Manufacturer shall be certified by the AISC to have the personnel, organization, experience, capability, and commitment to produce fabricated structural steel for Conventional Steel Structures and Major Steel Bridges with Sophisticated Paint Endorsement and Fracture Critical Endorsement as set forth in the AISC Certification Program. The bridge shall be fabricated in a shop owned by the Bridge Manufacturer. This facility shall have up to date quality certification by AISC as Certified Bridge Fabricator - Advanced (Major) with Fracture Critical Endorsement Complex Coating Endorsement (P1-Enclosed or P2-Covered). 3. To ensure consistently high levels of quality fabrication, Bridge Manufacturer shall be the designer and supplier of the bridge and shall not assign, sublet, or subcontract any part of bridge fabrication. Submit sufficient documentation to support this requirement. 4. Bridge Manufacturers shall fabricate their product utilizing a modern fabrication facility owned and operated by the Bridge Manufacturer that includes the use of CNC beam drilling machines, no brokers are allowed. Submit documentation confirming this requirement. 5. Submit qualifications for the Bridge Manufacturer's structural engineer (registered in Texas) who will be responsible for designing, signing and sealing the detailed shop drawings and calculations. Submit names, resumes and at least two (2) references for each engineer. 6. All shop and field welds shall be made by welders who have been qualified and certified to make the required welds that will be used in this project within the previous six (6) months in accordance with the latest American Welding Society specifications A.W.S. D1.1. Welder qualifications shall be submitted for review and approval. 7. Bridge Manufacturer shall maintain at least two (2) full-time Certified Welding Inspector (CWI) on staff, with endorsement by AWS QC1, for inspection of bridge fabrication, maintaining accurate records, and other necessary aspects of bridge fabrication to ensure consistently high levels of quality fabrication. At least one CWI shall be present during the complete fabrication of the bridge. The CWI shall provide written documentation that the bridge has been fabricated in accordance with these specifications and the approved design drawings. Submit resumes for each CWI. 8. All welds shall be visually inspected by a Certified Welding Inspector. All testing requirements shall be in accordance with AWS D1.1 for tubular members, and AWS D1.5 for all other structural steel. Pedestrian Bridges 32 34 00 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 B. Submit qualifications for the Contractor's structural engineer (registered in Texas) who will be responsible for designing, signing and sealing the detailed shop drawings and calculations for the bridge foundations, wingwalls, retaining walls, and approach handrails. Submit contact information for at least two (2) references on similar foundation design projects. C. Workmanship, fabrication, and shop connections shall be in accordance with American Association of State Highway and Transportation Officials Specifications (AASHTO). D. Non -Destructive Testing: All welds within the structure, shall be visually inspected for conformance to size, under cut, profile and finish. E. Documentation. Bridge Manufacturer shall submit the following documents if requested by the Owner or Engineer. 1. Material Certifications for all materials within the bridge. Traceability of heat numbers is required for all steel. 2. Documentation showing the performance of all critical quality checks. F. Submit qualifications for proposed independent consultant Bridge Inspector. Proposed Bridge Inspector shall meet the qualification requirements for consultants in Chapter 3, Section 3 of the TxDOT Bridge Inspection Manual (September 2024). Submit qualifications for each proposed Bridge Inspector. Submit consultant Bridge Inspector's quality control/quality assurance program, including example copies of bridge inspection reports. 7.0 DELIVERY, STORAGE AND HANDLING A. Coordinate delivery requirements with Bridge Manufacturer. B. Contractor shall comply with Bridge Manufacturer's requirements for unloading, storing, lifting, and placement. C. Bridges will be delivered by truck to a location nearest to the site accessible by public roads. All hauling permits, freight charges and temporary measures for delivery, storage and handling are the responsibility of the Contractor and/or Bridge Manufacturer. 8.0 WARRANTY A. The Bridge Manufacturer shall provide a warranty against defects in material and workmanship for a period of ten (10) years. B. Paint, galvanizing and other special coatings shall also be warranted for materials and workmanship for a period of ten (10) years. C. All warranty periods shall commence from the date of substantial completion for the entire project. Contractor shall obtain an extended warranty from the coating and Bridge Manufacturer if necessary to comply with the required warranty period. PART 2 — PRODUCTS 2.0 MANUFACTURERS Pedestrian Bridges 32 34 00 - 7 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 A. Pre -approved Bridge Manufacturers. 1. Contech Engineered Solutions LLC Darren Santiago, Bridge Consultant 832-962-1567 (cell), 800-338-1122 Darren.Santiago@ContechES.com info@conteches.com www.ContechES.com B. THE STREETS, BRIDGE APPROACHES, CANAL, LINEAR PARK, INFRASTRUCTURE, ETC. ARE DESIGNED AROUND THE PRE-ENGINEERED AND PREFABRICATED STEEL CAPSTONE STYLE BRIDGE BY CONTECTH. IF CONTRACTOR PROPOSES AN ALTERNATE BRIDGE MANUFACTURER AND/OR TYPE OF BRIDGE, CONTRACTOR IS RESPONSIBLE FOR ALL COST AND TIME IMPACTS ASSOCIATED WITH ANY DESIGN MODIFICATIONS TO THE STREETS, BRIDGE APPROACHES, CANAL, LNEAR PARK, ETC. CONTRACTOR WILL BE RESPONSIBLE FOR RETAINING A PROFESSIONAL ENGINEER REGISTERED IN TEXAS TO DESIGN AND SUBMIT SIGNED/SEALED SHOP DRAWINGS AND CALCULATIONS FOR THESE PROPOSED MODIFICATIONS, AT NO ADDITIONAL COST. C. Contractor shall either submit a letter indicating that they will utilize the pre -approved bridge manufacturer otherwise Contractor shall provide the qualification submittals for a proposed alternate bridge manufacturer per Part 1, Section 6.0 of this specification. 2.1 DESIGN REQUIREMENTS A. General 1. If conflicts exist between the specifications, drawings and/or the applicable codes and standards, the more stringent requirement will be used, unless the City approves otherwise. B. Bridge Style 1. Pedestrian bridges shall be based on the following. a. Continental Bridge's Capstone pedestrian steel truss bridge by Contech Engineered Solutions LLC. 2. Proposed alternate pre-engineered and prefabricated steel truss pedestrian bridges from other Bridge Manufacturers with similar look and function will be considered if they comply with all requirements in the drawings and specifications. C. Bridge Geometry Pedestrian Bridges 32 34 00 - 8 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1. Span Length a. The bridge span shall be configured so as to provide a clear dimension (straight line dimension) from the inside face to inside face of abutment as indicated on the drawings. The Bridge Manufacturer shall determine final out -to -out of the bridge span. 2. Width a. The minimum bridge width shall be determined by the Bridge Manufacturer based on the minimum clear width between the handrails (inside face to inside face of rails) as indicated on the drawings. 3. Lower Steel Clearance a. The Bridge Manufacturer shall determine the distance from the top of the deck (measured from the highest point of the deck) to the bottom of any steel member. b. The bridge approaches have been designed based on an assumed 3'-0" height measured from the abutment bearing seat to the top of the bridges concrete deck. The abutment bearing seat elevations are shown on the drawings. c. Contractor is responsible for modifying the bridge approaches (i.e., sidewalk elevations, ramps, landings, handrails, etc.), including any necessary modifications to associated wing walls and retaining walls, if necessary to comply with ADA and TAS requirements. Contractor shall submit shop drawings with proposed bridge approach revisions for review and acceptance. 4. Camber a. Bridge shall be cambered to offset dead load and appear flat. b. A single simple -span bridge shall have a vertical camber dimension at the mid - span equal to 100% of the anticipated full dead load deflection. Bridge Manufacturer shall ensure that the resulting bridge deck running slope and cross slope comply with ADA and TAS requirements. 5. Elevation Difference a. The cross slopes and the running slope of the top of the concrete bridge decks shall be ADA and TAS compliant. Contractor shall adjust the bridge abutment bearing seat elevations and/or bridge approaches if necessary for ADA and TAS compliance. D. Design Loads Pedestrian Bridges 32 34 00 - 9 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1. The following loads shall be increased if applicable codes and standards require higher minimum loads. See the drawings for additional design load and design criteria requirements. If conflicts exist between the specifications, drawings and/or the applicable codes and standards, the more stringent loading requirement will be used, unless the City approves otherwise. 2. Dead Load a. The bridge structure shall be designed for the total bridge weight plus an additional allowance of two (2) psf total wearing surface. 3. Live Load a. Designed in accordance with AASHTO Section 3.14 criteria. b. Bridge shall be designed for a minimum uniform pedestrian loading of 90 psf. This loading shall be patterned to produce the maximum load effects. c. Bridge shall be designed for one (1) lane of traffic, supporting occasional public golf carts and occasional City maintenance vehicles plus Dynamic Load Allowance. d. Examples of possible City maintenance vehicles are compact utility tractors with mower attachment (ex., Bobcat CT2540). Frequency of City maintenance vehicles will typically be once a month. e. The maximum design ADTT (Average Daily Truck Traffic) shall be determined during design by Bridge Manufacturer's Engineering Department. 4. Wind Load a. The wind load that is applied horizontally against the height of the stringer plus the side dam shall be as specified in AASHTO LRFD Article 3.8. b. The bridge structure shall be designed for wind loads in accordance with AASHTO section 3 and IBC, whichever will produce the greater effect in the design. 5. Seismic Load a. The bridge structure shall be designed for seismic loading as specified in Section 3.10 and 4.7.4 of AASHTO LRFD. The transverse loads shall be calculated considering the transverse period of the bridge and longitudinal loads shall be calculated using a period of zero. A response modification factor of 0.8 shall be used for the calculation of forces applied to the bridge anchorage. A response modification factor of 1.0 shall be used for the calculation of bearing reactions. The transverse seismic load shall be applied to all the bearings and the longitudinal seismic load shall be applied to the fixed bearings only. 6. Fatigue Load Pedestrian Bridges 32 34 00 - 10 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 a. The fatigue loading shall be as specified in AASHTO LRFD Article 6.6. 7. Combination of Loads a. The load combinations and load factors to be used shall be as specified in AASHTO LRFD Table 3.4.1-1. E. Design Criteria 1. Deflections a. Per the AASHTO LRFD Article 2.5.2.6.2, vehicle load deflection limits are considered optional and are not being used. However, the Bridge Manufacturer will provide an anticipated vehicle load deflection of no more than Span/500. 2. Fracture a. The structural system shall be considered a redundant system with Nonfracture- Critical members. The girders shall meet Zone 2 CVN requirements for Nonfracture-Critical members. 3. Wheel Load Distribution a. The concrete bridge deck shall be designed to support the maximum wheel load from the design vehicle or owner specified vehicle. b. For design vehicle or owner specified vehicle, the tire contact area is to be assumed to be 20" transverse and 10" longitudinal. F. Bridge Foundations 1. Bridge foundations shall be in accordance with TxDOT Item 422 — Concrete Superstructure. 2. Contractor's Bridge Manufacturer or Foundation Engineer is responsible for the bridge foundation design, including associated wing walls and canal slope stabilization to protect the bridge foundations. 3. See Tolunay-Wong Engineers, Inc. Geotechnical Report No. 32339, dated July 25, 2023 for foundation recommendations. 4. Contractor's Bridge Manufacturer or Foundation Engineer is responsible for performing additional geotechnical investigations if they deem necessary at no additional cost. 2.2 MATERIALS Pedestrian Bridges 32 34 00 - 11 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 A. Structural Steel 1. All structural members shall have a minimum thickness of material in accordance with AASHTO section 10.8. 2. For painted, galvanized or metalized steel bridges, all structural steel shall be ASTM A992, A572 Grade 50 or A588. 3. Miscellaneous steel may be A36 or as noted on the drawings. B. Connections 1. Structural bolts used to field splice or connect all main members shall be ASTM F3125 Grade A325. The nuts for these structural bolts shall be ASTM A563. One flat hardened washer meeting ASTM F436 shall be supplied with all bolts. All bolts, nuts and washers shall be hot -dipped galvanized and shall be furnished in an amount of 5% in excess of the number required for each size and length. 2. Non-structural bolts shall be hot -dipped galvanized ASTM A307 bolts. 3. Welding materials shall be in strict accordance with the American Welding Society (AWS) Structural welding code, D1.1. for tubular members and ANSI/AASHTO/AWS D1.5 Bridge welding code for other structural steel members. Welders will be certified in accordance with the weld process to be used. C. Deck Contractor's Foundation Engineer is responsible for designing the metal deck and wearing surface. The following are minimum requirements. 1. Deck to be 12" x 4-1/4" Bridge Plank, 7-gage, placed transverse across the width of the bridge. 2. The height of the deck shall be 4.25" from top of the lower trough to top of the profile. 3. Width of the plank shall be 12-13/16" with one 13/16" overlapping leg. The overlapping leg will be formed to allow the deck plank to bear on the top flange of the girder on each side of each plank and not bear on the overlapped plank. 4. Decking shall be manufactured from pre -galvanized steel, ASTM A653 Grade 50 Class 1 with a minimum 2 oz galvanized coating. 5. Decking is to be welded to top flange of stringers and to adjoining sheets. 6. Welds to be treated with organic zinc -rich coating meeting the material and performance requirements of ASTM A 780 (Standard Practice for Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings). D. Wearing Surface Contractor's Foundation Engineer is responsible for designing the metal deck and wearing surface. The following are minimum requirements. Pedestrian Bridges 32 34 00 - 12 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1. Wearing surface shall be reinforced concrete (4,000 psi min. at 28 days). 2. Top of side dam shall be 3.5" above top of 12" x 4-1/4" Bridge Plank for concrete wearing surface. 3. All concrete wearing surface materials (including concrete and reinforcing steel) shall be provided and installed in the field by the contractor. 4. Concrete wearing surface shall be as follows: a. Contractor's Bridge Manufacturer or Foundation Engineer is responsible for the design of the wearing surface, including concrete mix design. Contractor shall submit shop drawings and calculations, signed and sealed by a professional engineer registered in Texas for review and approval. Shop drawings shall include reinforcing, concrete mix design, joint details, all edge details (including transition at bridge approaches), etc. b. Clean metal deck surface of all foreign matter. c. Provide temporary form work as needed. d. Provide #3 reinforcing bars min. at 12" each way min. or equivalent welded wire fabric with 2" top cover. Provide minimum lap lengths as indicated on Drawings. Do not weld reinforcing. e. Provide headed anchor studs welded to the valleys of the metal deck corrugations at 3'-0" min. in each direction to help tie the concrete wearing surface to the deck. f. Wearing surface finish shall be a broomed finish with broom texture in the transverse direction. g. Joints: Contractor's foundation shall submit proposed expansion and contraction joint layout plan and joint details. E. Bridge Rails 1. All railings (i.e., toe plates, rubrails, handrails, etc.) shall be horizontal and continuous and provided on both sides of the bridge the full length of the bridge. 2. Each type of railing shall be at a consistent height the full length of the bridge. 3. Pedestrian railing transitioning from the bridge to bridge approaches shall be continuous and at a consistent height. 4. All ends of railing angles and tubes shall be closed and ground smooth. All railing shall have a smooth inside surface with no protrusions or depressions and shall be in accordance with AASHTO section 2.7. 5. All railing shall be in accordance with ADA and TAS requirements (ex., heights, clearances, gripping surface, cross section, etc.). 6. Rail Loads: a. Each element of the pedestrian rail system (i.e., safety rails and handrails) shall be designed to support a uniformly applied load of 50 Ib/ft, both transversely and vertically, acting simultaneously. In addition, each longitudinal element shall be designed to support a concentrated load of 200 pounds, which will act Pedestrian Bridges 32 34 00 - 13 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 simultaneously with the above uniform loads at any point and in any direction at the top of the longitudinal element. b. The posts of the pedestrian rail system shall be designed for a concentrated load applied at either the center of gravity of the upper longitudinal element or 60" above the top of the walkway, whichever is less. This concentrated load shall be equal to 200 pounds plus 50 lb/ft times the post spacing in feet. 7. Railing Height The following rails shall be provided. a. Toe plates: Toe plate shall be HSS tube (A500 or A847) connected to the traffic rail post or approved alternate. b. Traffic rails: 1) Traffic rail does not meet AASHTO loading requirements and is considered a guide rail only. 2) Rail to be HSS 8x6 steel curb with 2 ft long HSS 8x6 steel scuppers spaced at a maximum of 10 ft on center. Steel curb to be welded to the steel scupper and the steel scupper welded to the deck and side dam. c. Pedestrian handrails: 1) Each element of the pedestrian rail system shall be designed to support a uniformly applied load of 50 lb/ft, both transversely and vertically, acting simultaneously. In addition, each longitudinal element shall be designed to support a concentrated load of 200 pounds, which will act simultaneously with the above uniform loads at any point and in any direction at the top of the longitudinal element. 2) The posts of the pedestrian rail system shall be designed for a concentrated load applied at either the center of gravity of the upper longitudinal element or 60" above the top of the walkway, whichever is less. This concentrated load shall be equal to 200 pounds plus 50 lb/ft times the post spacing in feet. 3) The top of gripping surfaces of rails shall be 34 inches (865 mm) minimum and 38 inches (965 mm) maximum vertically above wearing surface. d. Rub rails: 1) A rub rail for golf cart traffic shall be provided. 2) The rails shall be HSS tube (A500 or A847) with a round head bolt though the tube to connect to the traffic rail post. 3) The top of rail shall be 2'-3" vertically above wearing surface. 4) Rub rail shall be placed on the inside of the structure and bolted directly to the traffic rail posts. e. Safety rails: 1) Horizontal safety rails shall be placed on the inside of the structure and bolted directly to the traffic rail posts. Pedestrian Bridges 32 34 00 - 14 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2) The spacing of the safety rails shall be such as to prevent a 6" sphere from passing through the rail system for the lower 2'-3" and prevent a 8" sphere from passing through the rail system above 2'-3" to the top of the traffic rail post. 3) The rails shall be HSS 2 x 2 x 3/16 (A500 or A847) with a round head bolt though the tube to connect to the post. 2.3 Bearings A. Bearing Plates 1. Bearing plates shall be used under the stringers at both ends of the bridge and shall be designed to support the anticipated reactions. 2. Bearing plate material shall be ASTM A588. 3. The Bridge Manufacturer should design the bearing plates such that one end of the bridge is fixed, and the other end allows for expansion. 4. All bearing plates should have a minimum of two holes to receive anchor bolts (one on each side of the stringer). For the expansion base plates, holes shall be slotted with a minimum slot length to allow for expansion and contraction. 5. All bearing plates shall be shipped loose for field installation; field welded to the stringers by an AWS D1.5 certified welder. 6. If the longitudinal grade of the bridge is greater than 1.5%, then the bearing plates shall be beveled across their width in order to provide a level bearing condition on the elastomeric pads. B. Elastomeric Pads 1. The Bearing plates will be placed on top of elastomeric pads. 2. Elastomeric pads shall be Grade 4, 60-Durometer Neoprene or natural rubber and be designed in full accordance with the AASHTO LRFD Article 14.7.6. The temperature range shall be site specific and shall be obtained from AASHTO LRFD Article 3.12.2. C. 2.4 Fabrication A. Welding 1. Welding procedures and weld qualification test procedures shall conform to the provisions of AWS D1.5. Filler metal shall be in accordance with the applicable AWS Filler Metal Specification and shall match the corrosion properties of the base metal. 2. Welders shall be qualified for each process and position used while fabricating the bridge. Qualification tests shall be in accordance with AWS D1.1/D1.5. All weld qualifications and records shall be kept in accordance with the Fabricator's Quality Assurance Manual which has been approved and audited by AISC as the basis for certification. B. Bolted Connections and Splices 1. For shipping purposes, the bridge may be fabricated in sections. Pedestrian Bridges 32 34 00 - 15 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2. Sections shall be field assembled using bolted connections and or field welding as indicated on the drawings. 3. All bolted connections are considered to be pretensioned connections and bolted girder splices are to be slip -critical connections. 4. All bolts are to be pretensioned per the requirements of section 8.2 of the "Specification for Structural Joints Using High -Strength Bolts" by RCSC, June 11, 2020 edition. Recommended tightening method of all structural bolts shall be Turn - of -the -Nut Pretensioning. PART 3 — EXECUTION 3.1 INSTALLATION A. Erect pre -fabricated bridge and construct the concrete decking per the following. 1. In accordance with the manufacturer's recommendations. 2. In accordance with the Foundation Engineer's recommendations. 3. TxDOT Item 441 — Steel Structures. 4. Bridge Inspector shall perform inspections of the bridge foundation systems, bridge superstructure and associated bridge items (ex., wingwalls, slope protection, etc.) in accordance with the TxDOT Bridge Inspection Manual. END OF SECTION Pedestrian Bridges 32 34 00 - 16 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 32 34 13 VEHICLE BRIDGES PART 1 — GENERAL 1.0 SECTION INCLUDES A. These specifications are for a fully engineered clear span bridges of precast concrete construction and shall be regarded as minimum standards for design, fabrication and installation for a pre-engineered, pre -fabricated concrete vehicle bridges including cast in place concrete bridge foundation system. Clear span length and width of the bridges shall be as shown on the drawings or specification. B. These specifications are for fully engineered precast concrete vehicular bridges, including fully engineered cast in place concrete bridge foundation systems (ex., drilled piers, driven piles, abutments, wingwalls, retaining walls, headwalls, parapets, guardrails, etc.) and shall be regarded as minimum requirements for design, fabrication and installation. The work shall consist of designing, furnishing, fabricating, finishing, transporting and completing the cast -in -place concrete foundation system and the precast concrete bridge structure including all appurtenances (ex., headwalls, parapets, guardrails, stains, etc.). C. Contractor shall also be responsible for all bridge foundation designs and the design of associated items, including, but not limited to, piers, piles, bents, beams, footings, abutments, associated wingwalls, retaining walls, headwalls, parapets, ADA compliant guardrails and handrails, and canal slope stabilization to protect the bridge foundations (ex. riprap, gabion baskets, etc.). The contractor shall retain the services of either the precast bridge manufacturer and/or a separate structural engineer to design the bridge foundations and associated items. D. The proposed vehicular bridges are based on products designed and manufactured by Contech Engineered Solutions LLC (Contech). Proposed vehicular bridges shall comply with Contech's "Specification for Manufacture and Installation of CON/SPAN Bridge Systems" (see Attachment A located at the end of this specification) except where the contract documents (i.e., drawings and specifications) indicate otherwise. In the event of conflicts, the more stringent requirement shall prevail unless approved otherwise by the City and Engineer. Contractor may propose products designed and manufactured by other bridge manufacturers with equal products, however, Contractor will be responsible for all cost and time impacts that may result, including but not limited to the redesign and added costs of other work that may require modifications due to the proposed alternate bridge manufacturer such as modifications to street intersections at bridge approaches, the canal, adjacent utilities, slope stabilization, sidewalks, etc. E. This section includes ADA compliant guardrails/handrails. Vehicular Bridges 32 34 13 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 F. The Contractor's bridge foundation engineer is responsible for coordinating the foundation design with the Bridge Manufacturer's structural engineer. The Bridge Manufacturer may also be the Foundation Engineer. G. Contractor is responsible for retaining the services of an independent consultant professional engineer registered in Texas to inspect the bridge foundation system, bridge superstructure and associated items (ex., headwalls, guard rails, slope protection, etc.). 2.0 RELATED SECTIONS A. Section 01 57 00 — Temporary Controls B. Section 022021 — Control of Groundwater C. Section 022022 — Trench Safety for Excavations D. Section 022060 — Channel Excavation E. Section 022080 — Embankment F. Section 022100 — Select Material G. Section 030020 — Portland Cement Concrete H. Section 032020 — Reinforcing Steel I. Section 038000 — Concrete Structures J. Section 050200 — Welding K. TxDOT Item 422 — Concrete Superstructure L. TxDOT Item 441 — Steel Structures 3.0 REFERENCES All references shall be latest edition. A. American Association of State Highway and Transportation Officials (AASHTO): 1. AASHTO LRFD Bridge Design Specifications, 9th Edition, 2020 (AASHTO LRFD). 2. AASHTO manual for bridge evaluation, 3rd edition, 2018. 3. M111, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 4. M154, Standard Specification for Air -Entraining Admixtures for Concrete. 5. M270 (ASTM A709), Standard Specification for Structural Steel for Bridges. 6. M292 (ASTM A194), Specification For Carbon And Alloy Steel Nuts For Bolts For High -Pressure Or High -Temperature Service, Or Both. B. American Concrete Institute (ACI): 1. ACI "Manual Of Standard Practice For Detailing Reinforced Concrete", ACI #315. C. American Society of Civil Engineers (ASCE): 1. ASCE/SEI 7-10 Minimum Design Loads for Buildings and Other Structures, 2010. 2. ASCE/SEI 7-10 minimum design loads for buildings and other structures, 2010. D. ASTM International (ASTM): Vehicular Bridges 32 34 13 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1. A123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 2. A194, Standard Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. 3. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 4. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. 5. A709, Standard Specification for Structural Steel for Bridges. 6. A1064, Standard Specification for Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete. 7. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 8. B695, Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel. 9. C33, Standard Specification for Concrete Aggregates. 10. C150, Standard Specification for Portland Cement. E. American National Standards Institute (ANSI): 1. ANSI/AWS D1.1, structural welding code -steel. 2. ANSI/AWS D1.4, structural welding code -reinforcing steel. F. American Welding Society (AWS): 1. Structural Welding Code, D1.5, 2015. 2. Specifications A.W.S. D1.1. G. Texas Department of Transportation (TXDOT): 1. TXDOT bridge design guide, Jan. 2023. 2. TXDOT bridge detailing guide, April 2022. 4.0 DEFINITIONS A. Owner: The City of Corpus Christi, Texas. B. Engineer: Engineering Entity or Firm representing the Owner. C. Bridge Inspector: An independent consultant professional engineer registered in Texas hired by the Contractor to inspect the bridge foundation system, bridge superstructure and associated items (ex., headwalls, guard rails, slope protection, etc.). Bridge Inspector shall be independent from the Contractor, Bridge Manufacturer and Foundation Engineer. D. Contractor: Entity responsible for the design, fabrication and installation of the bridge foundation and the bridge. E. Foundation Engineer. Engineering Entity or Firm retained by the Contractor who will be designing all other items not designed by the Bridge Manufacturer, including but not limited to, the bridge foundation system, concrete bridge deck, associated wing walls and retaining walls, bridge approach modifications, handrails, headwalls, parapets, guardrails, slope protection (ex., riprap, gabion baskets), subsoil drainage systems, etc. Foundation Engineer shall be a professional engineer registered in Texas. Vehicular Bridges 32 34 13 - 3 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 F. Geotechnical Engineer. Engineering Entity or Firm responsible for providing the Geotechnical information necessary to design the bridge foundation system. The Owner will provide a geotechnical engineering report for information only. The Contractor and Foundation Engineer are responsible for retaining their own Geotechnical Engineer to perform additional geotechnical investigations if the Contractor and Foundation Engineer deem necessary for the design of the bridge foundation system, wing walls, retaining walls, etc. G. Bridge Manufacturer: Firm who will be designing, fabricating and supplying the bridge in accordance with the Contract Documents. Bridge Manufacturer may also provide all or part of the services of the Foundation Engineer. Bridges shall be designed by a professional engineer registered in Texas. 5.0 SUBMITTALS A. Submit qualification documents for proposed Bridge Manufacturer. B. Submit qualification documents for proposed Foundation Engineer. C. Submit calculations and detailed shop drawings for all bridges, bridge deck systems, foundation systems, wing walls and retaining walls. D. All calculations shall be signed and sealed by a professional engineer registered in Texas. Calculations shall include, but not be limited to, complete design, analysis and code checks for the controlling members, connectivity and support conditions, deck design, deflection checks, bearings, all splices, etc. E. All shop drawings shall be signed and sealed by a professional engineer registered in Texas. Size of shop drawings shall be 11"x17" in PDF format. Drawings shall have cross referenced details and sheet numbers. Shop drawings shall be unique and detailed drawings, with sufficient longitudinal and transverse cross sections and details sufficient to illustrate the designs of the bridges, foundation systems, walls, handrails, etc. All relative design information such as member sizes, connection details, reinforcing (ex., bar sizes, lap lengths, bend details, etc.), applicable material specification, dimensions necessary for fabrication and installation, etc. shall be clearly shown on the drawings. Shop drawings shall include but not limited to design criteria, plans, elevations, sections, details, splices, connections, finishes, erection plans, and sequence of construction, etc. Shop drawings shall be carefully reviewed and corrected by the Contractor prior to submitting to the Engineer for review. F. Contractor shall submit the following bridge related submittals. 1. Detailed shop drawings and calculations for the bridges, bridge foundations, abutments, wingwalls, retaining walls, bridge handrails, headwalls, guardrails, slope protection, etc. 2. Detailed shop drawings and calculations for any special shoring that the Foundation Engineer and/or Contractor deems necessary for the installation of the foundation system. Contractor shall provide special shoring and/or other temporary support and protective measures where necessary to protect adjacent roads, utilities and structures. Cost of special shoring is incidental. Vehicular Bridges 32 34 13 - 4 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 3. Detailed shop drawings for any proposed subsoil foundation drainage system, including proposed details for penetrating/connecting to the proposed canal and slope protection systems. 4. Proposed detailed dewatering plan if the Foundation Engineer and/or Contractor deems necessary for the installation of the foundation system. Proposed dewatering plan shall include proposed method for ensuring that damage to surrounding roads, structures, utilities, etc. due to settlement and sink holes that might result from the removal of silt and fine sediments during the dewatering process. Cost of dewatering is incidental. 5. Load testing program for deep foundations. Load testing program and copies of passing test results shall be signed and sealed by a professional engineer registered in Texas. 6. Qualifications for proposed third -party independent geotechnical engineering consultant that will be performing any additional geotechnical investigation and that will be responsible for all testing and reports associated with the deep foundation load testing program. 7. Letters signed by the Foundation Engineer and the Bridge Manufacturer indicating that they have coordinated their respective designs to avoid any conflicts. G. Submit product data and color chips for proposed coating system to stain all exposed bridge surfaces. H. Submit qualifications for proposed Bridge Inspector. I. Upon completion and prior to opening the bridges to the public, submit letter from Bridge Inspector certifying that the bridge foundation system, bridge superstructure and associated items (ex., headwalls, guard rails, slope protection, etc.) have been completed in accordance with the contract documents, approved shop drawings and applicable codes and regulatory requirements. The letter shall be signed and sealed by a professional engineer registered in Texas. Letter shall include copies of all bridge inspection reports. The bridge inspection reports shall be signed and sealed by a professional engineer registered in Texas. 6.0 QUALITY CONTROL AND ASSURANCE A. If Contractor proposes to use a Bridge Manufacturer other than Contech Engineered Solutions LLC, then Contractor shall submit the following qualifications for the proposed Bridge Manufacturer. Selected Bridge Manufacturer shall comply with the following requirements. 1. Submit documentation demonstrating that the Bridge Manufacturer has at least ten (10) years of experience designing and fabricating similar bridge structures. Documentation shall include, but not be limited to, the following. a. Product Literature. b. Examples of the following: 1) Shop drawings and calculations (signed and sealed by a Professional Engineer Registered in Texas) from at least two (2) similar project. Vehicular Bridges 32 34 13 - 5 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 2) Representative copy of field/installation procedures. 3) Quality control manual. c. References from at least two (2) bridge Owners. 2. See Attachment A for additional qualification requirements. 3. To ensure consistently high levels of quality fabrication, Bridge Manufacturer shall be the designer and supplier of the bridge and shall not assign, sublet, or subcontract any part of bridge fabrication. Submit sufficient documentation to support this requirement. B. Submit qualifications for the Contractor's structural engineer (registered in Texas) who will be responsible for designing, signing and sealing the detailed shop drawings and calculations for all other associated bridge related work (ex., bridge foundations, wingwalls, retaining walls, headwalls, slope protection, etc.). Submit contact information for at least two (2) references on similar foundation design projects. C. Workmanship, fabrication, and shop connections shall be in accordance with American Association of State Highway and Transportation Officials Specifications (AASHTO). D. Submit qualifications for proposed independent consultant Bridge Inspector. Proposed Bridge Inspector shall meet the qualification requirements for consultants in Chapter 3, Section 3 of the TxDOT Bridge Inspection Manual (September 2024). Submit qualifications for each proposed Bridge Inspector. Submit consultant Bridge Inspector's quality control/quality assurance program, including example copies of bridge inspection reports. 7.0 DELIVERY, STORAGE AND HANDLING A. Coordinate delivery requirements with Bridge Manufacturer. B. Contractor shall comply with Bridge Manufacturer's requirements for unloading, storing, lifting, and placement. C. Bridges will be delivered by truck to a location nearest to the site accessible by public roads. All hauling permits, freight charges and temporary measures for delivery, storage and handling are the responsibility of the Contractor and/or Bridge Manufacturer. 3.0 WARRANTY A. The Bridge Manufacturer shall provide a warranty against defects in material and workmanship for a period of ten (10) years. B. All warranty periods shall commence from the date of substantial completion for the entire project. Contractor shall obtain an extended warranty from the Bridge Manufacturer if necessary to comply with the required warranty period. PART 2 — PRODUCTS 2.0 MANUFACTURERS A. Pre -approved Bridge Manufacturers. Vehicular Bridges 32 34 13 - 6 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 1. Contech Engineered Solutions LLC Darren Santiago, Bridge Consultant 832-962-1567 (cell), 800-338-1122 Darren.Santiago@ContechES.com info@conteches.com www.ContechES.com B. THE STREETS, BRIDGE APPROACHES, CANAL, LINEAR PARK, INFRASTRUCTURE, ETC. ARE DESIGNED AROUND THE PRE-ENGINEERED AND PRECAST CONCRETE CON/SPAN BRIDGE SYSTEM BY CONTECTH. IF CONTRACTOR PROPOSES AN ALTERNATE BRIDGE MANUFACTURER AND/OR TYPE OF BRIDGE, CONTRACTOR IS RESPONSIBLE FOR ALL COST AND TIME IMPACTS ASSOCIATED WITH ANY DESIGN MODIFICATIONS TO THE STREETS, BRIDGE APPROACHES, CANAL, LINEAR PARK, ETC. CONTRACTOR WILL BE RESPONSIBLE FOR RETAINING A PROFESSIONAL ENGINEER REGISTERED IN TEXAS TO DESIGN AND SUBMIT SIGNED/SEALED SHOP DRAWINGS AND CALCULATIONS FOR THESE PROPOSED MODIFICATIONS, AT NO ADDITIONAL COST. C. All exposed surfaces of precast concrete bridge, headwalls, etc. shall be stained. D. Contractor shall either submit a letter indicating that they will utilize the pre -approved bridge manufacturer otherwise Contractor shall submit for review and approval the qualifications for the proposed alternate bridge manufacturer, bridge system, and associated modifications. 2.1 DESIGN REQUIREMENTS A. Bridge Design: See Attachment A at the end of this section. B. Bridge Foundations 1. Cast -in -place and precast bridge foundation systems shall be in accordance with the applicable TxDOT standards including, but not limited to the following. a. TxDOT Bridge Design Manual — LRFD, September 2024 b. Chapter 4 of the TxDOT Bridge Design Guide, January 2023 c. Chapter 7 of the TxDOT Bridge Detailing Guide, April 2022 2. See Tolunay-Wong Engineers, Inc. Geotechnical Report No. 32339, dated July 25, 2023 for foundation recommendations. 3. Contractor's Bridge Manufacturer or Foundation Engineer is responsible for performing additional geotechnical investigations if they deem necessary at no additional cost. 2.2 MATERIALS Vehicular Bridges 32 34 13 - 7 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 A. See Attachment A at the end of this section. B. Materials for bridge foundation system, headwalls, parapets, slope protection, etc. shall be in accordance with applicable TxDOT standards. PART 3 — EXECUTION 1.1 INSTALLATION A. Erect bridge and foundation system per the following. 1. In accordance with the manufacturer's recommendations (see Attachment A). 2. In accordance with the Foundation Engineer's recommendations. 3. TxDOT Item 422 — Concrete Superstructure. 4. Bridge Inspector shall perform inspections of the bridge foundation systems, bridge superstructure and associated bridge items (ex., headwalls, guardrails, etc.) in accordance with the TxDOT Bridge Inspection Manual. END OF SECTION Vehicular Bridges 32 34 13 - 8 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN° BRIDGE SYSTEMS CON SPAN® BRIDGE SYSTI]vIS 1. Description 1.1. Type This work shall consist of furnishing and constructing a CON/SPAN® bridge system in accordance with these specifications and in reasonably close conformity with the lines, grades, design and dimensions shown on the plans or as established by the Engineer. In situations where two or more specifications apply to this work, the most stringent requirements shall govern. 1.2. Designation Precast reinforced concrete CON/SPAN° bridge units manufactured in accordance with this specification shall be designated by span and rise. Precast reinforced concrete wingwalls and headwalls manufactured in accordance with this specification shall be designated by length, height, and deflection angle. 1.3. Alternates Precast reinforced concrete CON/SPAN° Bridge System as supplied by CONTECH Engineered Solutions is the basis of this design. Proposed alternates must be of equal or greater span and must provide the documentation listed below at least 20 days prior to bid. Any approved alternate shall be designated via addenda 10 days prior to bid. Alternates will not be evaluated after the bid. Contech Engineered Solutions is the pre -approved manufacturer of choice for this project. Contech's local Bridge Consultant is: Darren Santiago Bridge Consultant Contech Engineered Solutions LLC Houston, TX Mobile: 832-962-1567 Darren.Santiago@ContechES.com www.ContechES.com The precast arch supplier of proposed alternates to a CON/SPAN® precast arch system supplied by Contech Engineered Solutions, LLC must: o Provide bridge drawings including a plan view showing total bridge length and end treatment wall length and angles, upstream and downstream end elevations showing precast span, clear span, precast rise, clear rise, headwall height and wall thickness dimensions of bridge members and bridge end treatments. o Provide product specific foundation design detailing foundation width, thickness, required reinforcement and concrete compressive strength. o Provide shop drawings and design calculations for precast concrete elements and foundations sealed by a registered professional engineer in the State of Texas. The Professional engineer signing the shop drawings and calculations MUST have at least 5 years' experience designing Soil Interactive structures utilizing a PUBLIC domain software. o Provide hydraulic analysis demonstrating no increase in headwater elevation, tailwater elevation or velocity. Contact engineer for acceptable hydraulic software list. o Directly employ a minimum of two (2) registered professional engineers in the state of Texas with at least 15 years of experience on staff, which are dedicated to the design of these types of structures. Supplier must provide © 2021 Contech Engineered Solutions Page 1 of 14 Vehicular Bridges 32 34 13 - 9 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN BRIDGE SYSTEMS these names, P.E. license numbers, and dates of hire at the time of alternate submittal. At no additional cost to the owner, the contractor shall be responsible for any project -related design and/or cost changes related to the bridge system if an alternate bridge system is approved by the engineer. This includes, but is not limited to, changes in the foundation design, grading, backfill, scour cou ntermeasures, etc. 2. Design 2.1. Specifications The precast elements are designed in accordance with the "AASHTO LRFD Bridge Design Specifications" 9th Edition, adopted by the American Association of State Highway and Transportation Officials, 2020. A minimum of one foot of cover above the crown of the bridge units is required in the installed condition. (Unless noted otherwise on the shop drawings and designed accordingly, including modifying bridge approaches to maintain ADA compliant sidewalk slopes.) 3. Materials 3.1. Concrete The concrete for the precast elements shall be air -entrained when installed in areas subject to freeze -thaw conditions, composed of Portland cement, fine and coarse aggregates, admixtures and water. Air -entrained concrete shall contain 6 ± 2 percent air. The air -entraining admixture shall conform to AASHTO M154. The minimum concrete compressive strength shall be 5,000 psi at 28 days, unless the City and Engineer approve otherwise. 3.1.1. Portland Cement - Shall conform to the requirements of ASTM Specifications C150-Type I, Type II, or Type III cement. 3.1.2. Coarse Aggregate - Shall consist of stone having a maximum size of 1 inch. Aggregate shall meet requirements for ASTM C33. 3.1.3. Water Reducing Admixture - The manufacturer may submit, for approval by the Engineer, a water -reducing admixture for the purpose of increasing workability and reducing the water requirement for the concrete. 3.1.4. Calcium Chloride - The addition to the mix of calcium chloride or admixtures containing calcium chloride will not be permitted. 3.1.5. Mixture The aggregates, cement and water shall be proportioned and mixed in a batch mixer to produce a homogeneous concrete meeting the strength requirements of this specification. The proportion of Portland cement in the mixture shall not be less than 564 pounds (6 sacks) per cubic yard of concrete. 3.2. Steel Reinforcement 3.2.1. The minimum steel yield strength shall be 60,000 psi, unless the City and Engineer approve otherwise. 3.2.2. All reinforcing steel for the precast elements shall be fabricated and placed in accordance with the detailed shop drawings submitted by the manufacturer. 3.2.3. Reinforcement shall consist of welded wire reinforcing conforming to ASTM Specification A 1064, or deformed steel bars conforming to ASTM Specification A 615, Grade 60. Longitudinal distribution reinforcement may consist of welded wire fabric or deformed billet -steel bars. 3.3. Steel Hardware 3.3.1. Bolts and threaded rods for wingwall connections shall conform to ASTM A 307. Nuts shall conform to AASHTO M292 (ASTM A194) Grade 2H. All bolts, © 2021 Contech Engineered Solutions Page 2 of 14 Vehicular Bridges 32 34 13 - 10 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN BRIDGE SYSTEMS threaded rods and nuts used in wingwall connections shall be mechanically zinc coated in accordance with ASTM B695 Class 50. 3.3.2. Structural Steel for wingwall connection plates and plate washers shall conform to AASHTO M 270 (ASTM A 709) Grade 36 and shall be hot dip galvanized as per AASHTO M111 (ASTM A123). 3.3.3. Inserts for wingwalls shall be 1" diameter Two -Bolt Preset Wingwall Anchors as manufactured by Dayton Superior Concrete Accessories, Miamisburg, Ohio, (800) 745-3700 and shall be electro zinc coated in accordance with ASTM 8633 SC-1. 3.3.4. Ferrule Loop Inserts shall be F-64 Ferrule Loop Inserts as manufactured by Dayton Superior Concrete Accessories, Miamisburg, Ohio, (800) 745-3700. 3.3.5. Hook Bolts used in attached headwall connections shall be ASTM A307. 3.3.6. Inserts for detached headwall connections shall be AISI Type 304 stainless steel, Expanded Coil inserts as manufactured by Dayton Superior Concrete Accessories, Miamisburg, Ohio, (800) 745-3700. Coil rods and nuts used in headwall connections shall be AISI Type 304 stainless steel. Washers used in headwall connections shall be either AISI Type 304 stainless steel plate washers or AASHTO M270 (ASTM A709) Grade 36 plate washers hot dip galvanized as per AASHTO M111 (ASTM A123). 3.3.7. Mechanical splices of reinforcing bars shall be made using the Dowel Bar Splicer System as manufactured by Dayton Superior Concrete Accessories, Miamisburg, Ohio, (800) 745-3700, and shall consist of the Dowel Bar Splicer (DB-SAE) and Dowel -In (DI) or as manufactured by Barsplice Products Inc, Dayton, Ohio, (937) -275-8700, and shall consist of Barsplice XP Type 2 System. 4. Manufacture of Precast Elements Subject to the provisions of Section 5, below, the precast element dimension and reinforcement details shall be as prescribed in the plan and shop drawings provided by the manufacturer. 4.1. Forms The forms used in manufacture shall be sufficiently rigid and accurate to maintain the required precast element dimensions within the permissible variations given in Section 5 of these specifications. All casting surfaces shall be of a smooth material. 4.2. Placement of Reinforcement 4.2.1. Placement of Reinforcement in Precast Bridge Units - The cover of concrete over the outside circumferential reinforcement shall be 2 inches minimum. The cover of concrete over the inside circumferential reinforcement shall be 1 1/2 inches minimum, unless otherwise noted on the shop drawings. The clear distance of the end circumferential wires shall not be less than one inch nor more than two inches from the ends of each section. Reinforcement shall be assembled utilizing single or multiple layers of welded wire fabric (not to exceed 3 layers), supplemented with a single layer of deformed billet -steel bars, when necessary. Welded wire fabric shall be composed of circumferential and longitudinal wires meeting the spacing requirements of 4.3, below, and shall contain sufficient longitudinal wires extending through the bridge unit to maintain the shape and position of the reinforcement. Longitudinal distribution reinforcement may be welded wire fabric or deformed billet -steel bars and shall meet the spacing requirements of 4.3, below. The ends of the longitudinal distribution reinforcement shall be not more than 3 inches and not less than 1 112 inches from the ends of the bridge unit. 4.2.2. Bending of Reinforcement for Precast Bridge Units — The outside and inside circumferential reinforcing steel for the corners of the bridge shall be bent to such © 2021 Contech Engineered Solutions Page 3 of 14 Vehicular Bridges 32 34 13 - 11 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN BRIDGE SYSTEMS an angle that is approximately equal to the configuration of the bridge's outside corner. 4.2.3. Placement of Reinforcement for Precast Wingwalls and Headwalls - The cover of concrete over the longitudinal and transverse reinforcement shall be 2 inches minimum. The clear distance from the end of each precast element to the end of reinforcing steel shall not be less than inch nor more than 3 inches. Reinforcement shall be assembled utilizing a single layer of welded wire fabric, or a single layer of deformed billet -steel bars. Welded wire fabric shall be composed of transverse and longitudinal wires meeting the spacing requirements of 4.3, below, and shall contain sufficient longitudinal wires extending through the element to maintain the shape and position of the reinforcement. Longitudinal reinforcement may be welded wire fabric or deformed billet -steel bars and shall meet the spacing requirements of 4.3, below. 4.2.4. Placement of Reinforcement for Precast Foundation Units — The cover of concrete over the bottom reinforcement shall be 3 inches minimum. The cover of concrete for all other reinforcement shall be 2 inches minimum. The clear distance from the end of each precast element to the end of reinforcing steel shall not be less than 2 inches nor more than 3 inches. Reinforcement shall be assembled utilizing a single layer of welded wire fabric or a single layer of deformed billet -steel bars. Welded wire fabric shall be composed of transverse and longitudinal wires meeting the spacing requirements of 4.3, below, and shall contain sufficient longitudinal wires extending through the element to maintain the shape and position of the reinforcement. Longitudinal reinforcement may be welded wire fabric or deformed billet -steel bars and shall meet the spacing requirements of 4.3, below. 4.3. Laps, Welds, Spacing 4.3.1. Laps, Welds, and Spacing for Precast Bridge Units - Tension splices in the circumferential reinforcement shall be made by lapping. Laps may be tack welded together for assembly purposes. For smooth welded wire fabric, the overlap shall meet the requirements of AASHTO 8.30.2 and 8.32.6. For deformed welded wire fabric, the overlap shall meet the requirements of AASHTO 8.30.1 and 8.32.5. The overlap of welded wire fabric shall be measured between the outer -most longitudinal wires of each fabric sheet. For deformed billet -steel bars, the overlap shall meet the requirements of AASHTO 8.25. For splices other than tension splices, the overlap shall be a minimum of 12" for welded wire fabric or deformed billet -steel bars. The spacing center to center of the circumferential wires in a wire fabric sheet shall be not less than 2 inches nor more than 4 inches. The spacing center to center of the longitudinal wires shall not be more than 8 inches. The spacing center to center of the longitudinal distribution steel for either line of reinforcing in the top slab shall be not more than 1 foot 4 inches. 4.3.2. Laps, Welds, and Spacing for Precast Wingwalls, Headwalls and Foundations - Splices in the reinforcement shall be made by lapping. Laps may be tack welded together for assembly purposes. For smooth welded wire fabric, the overlap shall meet the requirements of AASHTO 8.30.2 and 8.32.6. For deformed welded wire fabric, the overlap shall meet the requirements of AASHTO 8.30.1 and 8.32.5. For deformed billet -steel bars, the overlap shall meet the requirements of AASHTO 8.25. The spacing center -to -center of the wires in a wire fabric sheet shall be not less than 2 inches nor more than 8 inches. 4.4. Curing The precast concrete elements shall be cured for a sufficient length of time so that the concrete will develop the specified compressive strength in 28 days or less. Any one of the following methods of curing or combinations thereof shall be used: © 2021 Contech Engineered Solutions Page 4 of 14 Vehicular Bridges 32 34 13 - 12 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN' BRIDGE SYSTEMS 4.4.1. Steam Curing - The precast elements may be low-pressure steam cured by a system that will maintain a moist atmosphere. 4.4.2. Water Curing - The precast elements may be water cured by any method that will keep the sections moist. 4.4.3. Membrane Curing - A sealing membrane conforming to the requirements of ASTM Specification C309 may be applied and shall be left intact until the required concrete compressive strength is attained. The concrete temperature at the time of application shall be within +!- 10 degrees F of the atmospheric temperature. All surfaces shall be kept moist prior to the application of the compounds and shall be damp when the compound is applied. 4.5. Storage, Handling & Delivery 4.5.1. Storage Precast concrete bridge elements shall be lifted and stored in "as -cast" position. Precast concrete headwall and wingwall units are cast, stored and shipped in a flat position. The precast elements shall be stored in such a manner to prevent cracking or damage. Store elements using timber supports as appropriate. The units shall not be moved until the concrete compressive strength has reached a minimum of 2500 psi, and they shall not be stored in an upright position. 4.5.2. Handling Handling devices shall be permitted in each precast element for the purpose of handling and setting. Spreader beams may be required for the lifting of precast concrete bridge elements to preclude damage from bending or torsion forces. 4.5.3. Delivery Precast concrete elements must not be shipped until the concrete has attained the specified design compressive strength, or as directed by the design Engineer. Precast concrete elements may be unloaded and placed on the ground at the site until installed. Store elements using timber supports as appropriate. 4.6. Quality Assurance The Precaster shall demonstrate adherence to the standards set forth in the NPCA Quality Control Manual. The Precaster shall meet either Section 4.6.1 or 4.6.2 4.6.1. Certification: The Precaster shall be certified by the Precast/Prestressed Concrete Institute Plant Certification Program or the National Precast Concrete Association's Plant Certification Program prior to and during production of the products covered by this specification. 4.6.2. Qualifications, Testing and Inspection 4.6.2.1. The Precaster shall have been in the business of producing precast concrete products similar to those specified for a minimum of three years. He shall maintain a permanent quality control department or retain an independent testing agency on a continuing basis. The agency shall issue a report, certified by a licensed engineer, detailing the ability of the Precaster to produce quality products consistent with industry standards. © 2021 Contech Engineered Solutions Page 5 of 14 Vehicular Bridges 32 34 13 - 13 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN BRIDGE SYSTEMS 4.6.2.2. The Precaster shall show that the following tests are performed in accordance with the ASTM standards indicated. Tests shall be performed as indicated in Section 6 of these specifications. 4.6.2.2.1. Air Content: C231 or C173 4.6.2.2.2. Compressive Strength: C31, C39, C497 4.6.2.3. The Precaster shall provide documentation demonstrating compliance with this section at regular intervals or upon request. 4.6.2.4. The Owner may place an inspector in the plant when the products covered by this specification are being manufactured. 4.6.3. Documentation - The Precaster shall submit Precast Production Reports as required. 5. Permissible Variations 5.1. Bridge Units 5.1.1. Internal Dimensions - The internal dimension shall vary not more than 1 % from the design dimensions nor more than 1-1/2 inches whichever is less. 5.1.2. Slab and Wall Thickness - The slab and wall thickness shall not be less than that shown in the design by more than 1/4 inch. A thickness more than that required in the design shall not be cause for rejection. 5.1.3. Length of Opposite Surfaces - Variations in laying lengths of two opposite surfaces of the bridge unit shall not be more than 1/2 inch in any section, except where beveled ends for laying of curves are specified by the Owner. 5.1.4. Length of Section - The underrun in length of a section shall not be more than 1/2 inch in any bridge unit. 5.1.5. Position of Reinforcement - The maximum variation in position of the reinforcement shall be ± 1/2 inch. In no case shall the cover over the reinforcement be less than 1 1/2 inches for the outside circumferential steel or be less than 1 inch for the inside circumferential steel as measured to the external or internal surface of the bridge. These tolerances or cover requirements do not apply to mating surfaces of the joints. 5.1.6. Area of Reinforcement - The areas of steel reinforcement shall be the design steel areas as shown in the manufacturer's shop drawings. Steel areas greater than those required shall not be cause for rejection. The permissible variation in diameter of any reinforcement shall conform to the tolerances prescribed in the ASTM Specification for that type of reinforcement. 5.2. Wingwalls & Headwalls 5.2.1. Wall Thickness - The wall thickness shall not vary from that shown in the design by more than 1/2 inch. 5.2.2. Length/ Height of Wall sections - The length and height of the wall shall not vary from that shown in the design by more than 1/2 inch. 5.2.3. Position of Reinforcement - The maximum variation in the position of the reinforcement shall be ± 1/2 inch. In no case shall the cover over the reinforcement be less than 1 1/2 inches. 5.2.4. Size of Reinforcement - The permissible variation in diameter of any reinforcing shall conform to the tolerances prescribed in the ASTM Specification for that type of reinforcing. Steel area greater than that required shall not be cause for rejection. © 2021 Contech Engineered Solutions Page 6 of 14 Vehicular Bridges 32 34 13 - 14 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN' BRIDGE SYSTEMS 5.3. Foundation Units 5.3.1. Wall Thickness - The wall thickness shall not vary from that shown in the design by more than 1/2 inch. 5.3.2. Length/ Height/Width of Foundation sections - The length, height and width of the foundation units shall not vary from that shown in the design by more than 1/2 inch. 5.3.3. Position of Reinforcement - The maximum variation in the position of the reinforcement shall be ± 1/2 inch. In no case shall the cover over the reinforcement be less than 1 1/2 inches. 5.3.4. Size of Reinforcement - The permissible variation in diameter of any reinforcing shall conform to the tolerances prescribed in the ASTM Specification for that type of reinforcing. Steel area greater than that required shall not be cause for rejection. 6. Testing/ Inspection 6.1. Testing 6.1.1. Type of Test Specimen - Concrete compressive strength shall be determined from compression tests made on cylinders or cores. For cylinder testing, a minimum of 4 cylinders shall be taken for each bridge element. For core testing, a minimum of 2 cores shall be taken for each bridge element. Each element shall be considered separately for the purpose of testing and acceptance. 6.1.2. Compression Testing - Cylinders shall be made and tested as prescribed by the ASTM C 39 Specification. Cylinders shall be cured in the same environment as the bridge elements. Cores shall be obtained and tested for compressive strength from each element in accordance with the provisions of the ASTM C42 specification. 6.1.3. Acceptability of Cylinder Tests - When the average compressive strength of all cylinders tested of the same age is equal to or greater than the design compressive strength, and no cylinder tested has a compressive strength less than 90% of required concrete strength, then the element shall be accepted. When the compressive strength of the cylinders tested does not conform to these acceptance criteria, the acceptability of the element may be determined as described in section 6.1.4, below. 6.1.4. Acceptability of Core Tests - The compressive strength of the concrete in a bridge element is acceptable when each core test strength is equal to or greater than the design concrete strength. When the compressive strength of a core tested is less than the design concrete strength, the precast element from which that core was taken may be re -cored. When the compressive strength of the re - core is equal to or greater than the design concrete strength, the compressive strength of the concrete in that bridge element is acceptable. 6.1.4.1. When the compressive strength of any recore is less than the design concrete strength, the precast element from which that core was taken shall be rejected. 6.1.4.2. Plugging Core Holes - The core holes shall be plugged and sealed by the manufacturer in a manner such that the elements will meet all of the test requirements of this specification. Precast elements so sealed shall be considered satisfactory for use. © 2021 Contech Engineered Solutions Page 7 of 14 Vehicular Bridges 32 34 13 - 15 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN BRIDGE SYSTEMS 6.1.4.3. Test Equipment - Every manufacturer furnishing precast elements under this specification shall furnish all facilities and personnel necessary to carry out the test required. 6.2. Inspection The quality of materials, the process of manufacture, and the finished precast elements shall be subject to inspection by the Owner. 7. Joints The bridge units shall be produced with flat butt ends. The ends of the bridge units shall be such that when the sections are laid together they will make a continuous line with a smooth interior free of appreciable irregularities, all compatible with the permissible variations in section 5, above. The joint width between adjacent precast units shall not exceed 3/4 inches. 8. Workmanship/ Finish The bridge units, wingwalls, headwalls and foundation units shall be substantially free of fractures. The ends of the bridge units shall be normal to the walls and centerline of the bridge section, within the limits of the variations given in section 5, above, except where beveled ends are specified. The faces of the wingwalls and headwalls shall be parallel to each other, within the limits of variations given in section 5, above. The surface of the precast elements shall be a smooth steel form or troweled surface. Trapped air pockets causing surface defects shall be considered as part of a smooth, steel form finish. 9. Repairs Precast elements may be repaired, if necessary, because of imperfections in manufacture or handling damage and will be acceptable if, in the opinion of the Owner, the repairs are sound, properly finished and cured, and the repaired section conforms to the requirements of this specification. 10. Rejection The precast elements shall be subject to rejection on account of any of the specification requirements. Individual precast elements may be rejected because of any of the following: 10.1. Fractures or cracks passing through the wall, except for a single end crack that does not exceed one half the thickness of the wall. 10.2. Defects that indicate proportioning, mixing, and molding not in compliance with section 4 of these specifications. 10.3. Honeycombed or open texture. 10.4. Damaged ends, where such damage would prevent making a satisfactory joint. 11. Marking Each bridge unit shall be clearly marked by waterproof paint. The following shall be shown on the inside of the vertical leg of the bridge section: Bridge Span X Bridge Rise Date of Manufacture Name or trademark of the manufacturer 12. Installation Preparation To ensure correct installation of the precast concrete bridge system, care and caution must be exercised in forming the support areas for bridge units, headwall, and wingwall elements. Exercising special care will facilitate the rapid installation of the precast components. 12.1. Footings Do not over excavate foundations unless directed by site soil engineer to remove unsuitable soil. The site soils engineer shall certify that the bearing capacity meets or exceeds the footing design requirements, prior to the contractor pouring of the footings. The bridge units and wingwalls shall be installed on either precast or cast -in -place concrete footings. The size and elevation of the footings shall be as designed by the Engineer. A keyway shall be © 2021 Contech Engineered Solutions Page 8 of 14 Vehicular Bridges 32 34 13 - 16 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN BRIDGE SYSTEMS formed in the top surface of the bridge footing as specified on the plans. No keyway is required in the wingwall footings, unless otherwise specified on the plans. The footings shall be given a smooth float finish and shall reach a compressive strength of 2,000 psi before placement of the bridge and wingwall elements. Backfilling shall not begin until the footing has reached the full design compressive strength. The footing surface shall be constructed in accordance with grades shown on the plans. When tested with a 10-foot straight edge, the surface shall not vary more than 1/4 inch in 10 feet. If a precast concrete footing is used, the contractor shall prepare a 4-inch thick base layer of compacted granular material the full width of the footing prior to placing the precast footing. The foundations for precast concrete bridge elements and wingwalls must be connected by reinforcement to form one monolithic body. Expansion joints shall not be used. The contractor shall be responsible for the construction of the foundations per the plans and specifications. 13. Installation 13.1. General The installation of the precast concrete elements shall be as explained in the publication CON/SPAN Bridge Systems Installation Handbook. 13.1.1. Lifting It is the responsibility of the contractor to ensure that a crane of the correct lifting capacity is available to handle the precast concrete units. This can be accomplished by using the weights given for the precast concrete components and by determining the lifting reach for each crane unit. Site conditions must be checked well in advance of shipping to ensure proper crane location and to avoid any lifting restrictions. The lift anchors or holes provided in each unit are the only means to be used to lift the elements. The precast concrete elements must not be supported or raised by other means than those given in the manuals and drawings without written approval from CONTECH® Engineered Solutions. 13.1.2. Construction equipment weight restrictions: In no case shall equipment operating in excess of the design load (HL93) be permitted over the bridge units unless approved by CONTECH® Engineered Solutions. 13.1.2.1. In the immediate area of the bridge units, the following restrictions for the use of heavy construction machinery during backfilling operations apply: • No construction equipment shall cross the bare precast concrete bridge unit. • After the compacted fill level has reached a minimum of 4 inches over the crown of the bridge, construction equipment with a weight of less than 10 tons may cross the bridge. • After the compacted fill level has reached a minimum of 1 foot over the crown of the bridge, construction equipment with a weight of less than 30 tons may cross the bridge. • After the compacted fill level has reached the design cover, or 2 feet minimum, over the crown of the precast concrete bridge, construction equipment within the design load limits for the road may cross the precast concrete bridge. © 2021 Contech Engineered Solutions Page 9 of 14 Vehicular Bridges 32 34 13 - 17 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN BRIDGE SYSTEMS 13.2. Leveling Pad/ Shims The bridge units and wingwalls shall be set on hardboard shims conforming to ASTM D1037 or plastic shims (Dayton Superior P-80, P-81 or approved equal) measuring 5" x 5", minimum, unless shown otherwise on the plans. A minimum gap of 1/2 inch shall be provided between the footing and the bottom of the bridge's vertical legs or the bottom of the wingwall. Also, a supply of 1/4 inch, 1/2 inch & 1/8 inch thick hardboard or plastic shims for various shimming purposes shall be on site. 13.3. Placement of Bridge Units The bridge units shall be placed as shown on the Engineer's plan drawings. Special care shall be taken in setting the elements to the true line and grade. The joint width between adjacent precast units shall not exceed 3/4 inches. 13.4. It is the contractor's responsibility to maintain the structure span during all phases of installation. Due to the arch shape, bridge elements will tend to spread under self -weight. It is imperative that any lateral spreading of the bridge elements be avoided during and after their placement. Generally, horizontal cable ties or tie rods are shipped in the larger bridge elements to assist in preventing this spreading. Cable ties/tie rods shall not be removed until bridge units are grouted and grout has cured. It is recommended that temporary hardwood blocks be used in conjunction with the cable/tie rods to maintain span. If, however, due to site restrictions, these cable ties/tie rods must be removed prior to placement of the bridge elements, the contractor must notify CONTECH (manufacturer) and request a suggested installation procedure. In addition, if the cable ties/tie rods must be removed prior to setting arch units, the following quality control procedure must be followed: 1) Find "measured span" upon arch unit's delivery to site, prior to lifting from truck and removing cable ties/tie rods. 'Measured span" shall be the average of (3) span measurements along the lay length of the arch unit. 2) After setting of bridge unit on the foundation, verify the span. This "installed span measurement" shall not exceed the maximum of A) The nominal span + 1/2" OR B) The "measured span". If the "installed span measurement" exceeds this amount, the arch unit shall be lifted and re -set until the "installed span measurement" meets the limits. 13.5. Placement of Wingwalls ,Headwalls & Foundation Units The wingwalls, headwalls and foundations shall be placed as shown on the plan drawings. Special care shall be taken in setting the elements to the true line and grade. 13.6. Waterproofing/ Joint protection and Subsurface Drainage 13.6.1. External Protection of Joints - The butt joint made by two adjoining bridge units shall be covered with a 7/8" x 1 3/8" preformed bituminous joint sealant and a minimum of a 9-inch wide joint wrap. The surface shall be free of dirt before applying the joint material. A primer compatible with the joint wrap to be used shall be applied for a minimum width of nine inches on each side of the joint. The external wrap shall be CS-212 by CONRETE SEALANTS INC., EZ-WRAP RUBBER by PRESS -SEAL GASKET CORPORATION, SEAL WRAP by MAR MAC MANUFACTURING CO. INC. or approved equal. The joint shall be covered continuously from the bottom of one bridge section leg, across the top of the bridge and to the opposite bridge section leg. Any laps that result in the joint wrap shall be a minimum of six inches long with the overlap running downhill. © 2021 Contech Engineered Solutions Page 10 of 14 Vehicular Bridges 32 34 13 - 18 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN BRIDGE SYSTEMS 13.6.2. In addition to the joints between bridge units, the joint between the end bridge unit and the headwall shall also be sealed as described above. If precast wingwalls are used, the joint between the end bridge unit and the wingwall shall be sealed with a 2'-0" strip of filter fabric. Also, if lift holes are formed in the bridge units, they shall be primed and covered with a 9" x 9" square of joint wrap. 13.6.3. During the backfilling operation, care shall be taken to keep the joint wrap in its proper location over the joint. 13.6.4. Subsoil drainage shall be as directed by the engineer. 13.7. Grouting 13.7.1. Grouting shall not be performed when temperatures are expected to go below 35° for a period of 72 hours. Grouting should be completed as soon as practical after precast arches have been installed. Fill the bridge -foundation keyway with cement grout (Portland cement and water or cement mortar composed of Portland cement, sand and water) with a minimum 28-day compressive strength of 3000 psi. Vibrate as required to ensure that the entire key around the bridge element is completely filled. If bridge elements have been set with temporary ties (cables, bars, etc.) grout must attain a minimum compressive strength of 1500 psi before ties may be removed. 13.7.2. All grout shall have a maximum aggregate size of Y< inch. 13.7.3. Lifting and erection anchor recesses shall be filled with grout. 13.7.4. After grout has reached its design strength the temporary hardwood wedges shall be removed and their holes filled with grout. 13.8. Backfill 13.8.1. Do not perform backfilling during wet or freezing weather. 13.8.2. No backfill shall be placed against any structural elements until they have been approved by the Engineer. 13.8.3. Backfill shall be considered as all replaced excavation and new embankment adjacent to the precast concrete elements. The project construction and material specifications, which include the specifications for excavation for structures and roadway excavation and embankment construction, shall apply except as modified in this section. 13.8.4. Backfill Zones • In -situ soil • Zone A: constructed embankment or overfill. • Zone B: fill that is directly associated with precast concrete bridge installation. • Zone C: road structure. © 2021 Contech Engineered Solutions Page 11 of 14 Vehicular Bridges 32 34 13 - 19 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN' BRIDGE SYSTEMS 13.8.5. Required Backfill Properties Finished Grade A eke B Z 43iks S _ 8'I14s o'9ks 6ARa B ;ems — To Roadway Base /� da Finish Grade or1'-0"min. 13.8.5.1. In -situ soil a�T<s a1 4'-0"nun 0 Limits of Critical Backfill Zone 8 Natural ground is to be sufficiently stable to allow effective support to the precast concrete bridge units. As a guide, the existing natural ground should be of similar quality and density to Zone B material for minimum lateral dimension of one bridge span outside of the bridge footing. 13.8.5.2. Zone A Zone A requires fill material with specifications and compacting procedures equal to that for normal road embankments. 13.8.5.3. Zone B Generally, soils shall be reasonably free of organic matter, and, near concrete surfaces, free of stones larger than 3 inches in diameter. See charts fo detailed descriptions of acceptable soils. SPAN FILL HEIGHT ACCEPTABLE MATERIAL INSIDE ZONE B s 24'-0" z 12'-0" Al, A3 s 24'-0- c 12'-0" Al, A2, A3, A4 > 24'-0" all Al, A3 Acceptable Soils for use in Zone B Backfill Typical USCS Materials AASHTO Group AASHTO Subgroup Percent passing US Sieve No. Character of Fraction passing No- 40 Sieve Soil Description #10 #40 #200 Liquid Limit Plasticity Index GW, GP, SP GM, SW, SP, SM A-1 A -la A-1 b 50 mac 30 max 50 max 15 max 25 max 6 max 6 max •Largely gravel but can include sand and fines Gravelly sand or graded sand, may include fines GM, SM, ML, SP, GP SC, GC, GM A-2 A-2-4 A-2-5 35 max 35 max 40 max 41 min 10 max 10 max Sands, gravels with low -plasticity silt fines Sands, gravels with plastic silt fines SP. SM, SW A-3 51 min 10 max non -plastic Fine sands ML, SM, SC A-4 36 min 40 max 10 max Low -compressibility silts © 2021 Contech Engineered Solutions Vehicular Bridges North Beach Drainage, Street, and Eco Park Improvements Project Numbers: 18007, 18162, 22142, 23167 Page 12 of 14 32 34 13 - 20 Conformed Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN' BRIDGE SYSTEMS 13.8.5.4. Zone C Zone C is the road section of gravel, asphalt or concrete built in compliance with local engineering practices. 13.8.5.5 Geotechnical engineer shall review gradations of all interfacing materials and, if necessary, recommend geotextile filter fabric (provided by contractor). 13.8.6. Placing and Compacting Backfill Dumping for backfilling is not allowed any nearer than 3 ft from the bridge leg. The fill must be placed and compacted in layers not exceeding 8 inches. The maximum difference in the surface levels of the fill on opposite sides of the bridge must not exceed 2 feet. The fill behind wingwalls must be placed at the same time as that of the bridge fill. It must be placed in progressively placed horizontal layers not exceeding 8 inches per layer. The backfill of Zone B shall be compacted to a minimum density of 95% of the Standard Proctor, as required by AASHTO T-99. Soil within 1 foot of concrete surfaces shall be hand -compacted. Elsewhere, use of rollers is acceptable. If vibrating roller -compactors are used, they shall not be started or stopped within Zone B and the vibration frequency should be at least 30 revolutions per second. The backfill material and compacting behind wingwalls shall satisfy the criteria for the bridge backfill, Zone B. Backfill against a waterproofed surface shall be placed carefully to avoid damage to the waterproofing material. 13.8.7. Bridge Units For fill heights over 12 feet (as measured from top crown of bridge to finished grade), no backfilling may begin until a backfill compaction testing plan has been coordinated with and approved by CONTECH® Engineered Solutions. © 2021 Contech Engineered Solutions Page 13 of 14 Vehicular Bridges 32 34 13 - 21 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 ATTACHMENT A SPECIFICATIONS FOR MANUFACTURE and INSTALLATION OF CON/SPAN' BRIDGE SYSTEMS 13.8.8. Wingwalls Backfill in front of wingwalls shall be carried to ground lines shown in the plans. Varies by Anchor Type A=3'-2" 8=<'-1" 1-0 F'nrshed Grade C.6'-1" E_7._}" Compacted Material (Same as unit backPli) 1-0 Precast wingwall - Grout Limits of Excavation ln-Situ Sal Limits of Critical Sackh7&Zone (Zane P) 13.8.9. Monitoring The contractor shall check settlements and horizontal displacement of foundation to ensure that they are within the allowable limit provided by the engineer. These measurements should give an indication of the settlements and deformations along the length of the foundations. The first measurement should take place after the erection of all precast bridge system elements, a second after completion of backfilling, and a third before opening of the bridge to traffic. Further measurements may be made according to local conditions. END OF SECTION © 2021 Contech Engineered Solutions Page 14 of 14 Vehicular Bridges 32 34 13 - 22 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 5/2020 SECTION 32 90 00 LANDSCAPE PLANTINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Plants. 2. Certified horticulturalist. 3. Transplanting. 4. Maintenance. 1.2 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Plants dug with firm, natural balls of earth in which they were grown, with a ball size not less than sizes indicated; wrapped with burlap, tied, rigidly supported, and drum laced with twine with the root flare visible at the surface of the ball as recommended by ANSI Z60.1. C. Balled and Potted Stock: Plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than sizes indicated. D. Bare -Root Stock: Plants with a well -branched, fibrous -root system developed by transplanting or root pruning, with soil or growing medium removed, and with not less than the minimum root spread according to ANSI Z60.1 for type and size of plant required. E. Container -Grown Stock: Healthy, vigorous, well -rooted plants grown in a container, with a well - established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of plant required. F. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted plants established and grown in -ground in a porous fabric bag with well -established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by ANSI Z60.1 for type and size of plant. G. Finish Grade: Elevation of finished surface of planting soil. H. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. Pesticides include insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. They also include substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. Some sources classify herbicides separately from pesticides. I. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. Pests include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. J. Planting Area: Areas to be planted. Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 K. Planting Soil: Existing, on -site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. L. Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines, ground covers, ornamental grasses, bulbs, corms, tubers, or herbaceous vegetation. M. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. N. Stem Girdling Roots: Roots that encircle the stems (trunks) of trees below the soil surface. 0. Subgrade: The surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. 1.3 COORDINATION A. Coordinate the planting of trees, shrubs, and other plants after finish grades are established and with other Work. B. Prior to planting, coordinate selection of trees, shrubs and other plants with the Contractor's certified horticulturist and the City and City's representative at the nursery or project site. All trees, shrubs and other plants shall be selected and approved prior to planting. C. Contractor shall mark proposed locations of all trees, shrubs and other plants by placing temporary flags or stakes. Contractor shall coordinate with the City and the City's representative on final locations of all trees, shrubs and other plants prior to planting. 1.4 SUBMITTALS A. Plant material data: For each type of product submit the quantities, sizes, quality, and sources for plant materials. B. Qualification Data: 1. Installer qualifications: a. Professional certification(s) and experience. b. Pesticide applicator state license (if pesticides are proposed and accepted). c. Include list of similar projects completed by Installer and key staff. Include project names, addresses, and year completed, and include names, phone number, email and addresses of owners' contact persons. 2. Nursery qualifications: a. Texas nursery floral license b. Professional licenses, certifications, etc. of nursery staff (ex., TNLA certifications) c. Documentation that nursery has successfully provided similar plants for at least five (5) years. Include project names, addresses, and year completed, and include names, phone number, email and addresses of owners' contact persons, or other acceptable documentation. d. Include name of nursery and contact info (i.e., address, phone number, URL, email). C. Submit installer's proposed transplanting plan for each plant material. D. Pesticides and Herbicides: Product label and manufacturer's application instructions specific to Project. Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 E. Transplant and Maintenance Data: Submit installer's proposed procedures for transplanting and maintaining each type of plant during construction and during the one (1) year maintenance and warranty period including recommended maintenance plan after the warranty period. Provide a project specific plan similar to the example in Exhibit A located at the end of this Section. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful establishment of plants. 1. Professional Membership: Installer shall be a member in good standing of the National Association of Landscape Professionals, AmericanHort, Texas Nursery & Landscape Association. 2. Experience: Minimum five (5) years' experience in installing similar plants. 3. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 4. Personnel Certifications: Installer's field supervisor shall have at least one valid certification with the National Association of Landscape Professionals or Texas Nursery and Landscape Association. 5. Pesticide Applicator: State licensed, commercial. B. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. City or City's representative may tag plants at their place of growth before they are prepared for transplanting. C. Measurements: Measure according to ANSI Z60.1. Do not prune to obtain required sizes. 1. Trees and Shrubs: Measure with branches and trunks or canes in their normal position. Take height measurements from or near the top of the root flare for field -grown stock and container -grown stock. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip to tip. Take caliper measurements 6 inches (150 mm) above the root flare for trees up to 4-inch (100-mm) caliper size, and 12 inches (300 mm) above the root flare for larger sizes. 2. Other Plants: Measure with stems, petioles, and foliage in their normal position. D. Plant Material Inspection: City or City's representative may inspect the plant material either at place of growth before planting for compliance with requirements for genus, species, variety, cultivar, size, and quality. Such inspection shall not impair the City's right of inspection and rejection during progress of the Work. City or City's representative may also inspect trees and shrubs further for size and condition of balls and root systems, pests, disease symptoms, injuries, and latent defects and may reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. The health and vigor of the plants remains the sole responsibility of the Contractor whether or not the City inspects the plants at the place of growth or at the project site. 1. Notify City or City's representative of sources of planting materials a minimum of five (5) working days in advance of delivery to site. 1.6 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws if applicable. B. Bulk Materials: Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials; discharge of soil -bearing water runoff; and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk materials with appropriate certificates. C. Deliver bare -root stock plants within 24 hours of digging unless approved otherwise. Immediately after digging up bare -root stock, pack root system in wet straw, hay, or other suitable material to keep root system moist until planting. Transport in covered, temperature -controlled vehicles, and keep plants cool and protected from sun and wind at all times. D. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. E. Handle planting stock by root ball. F. Store bulbs, corms, and tubers in a dry place at 60 to 65 deg F (16 to 18 deg C) until planting. G. Unless approved otherwise, apply antidesiccant to trees and shrubs using power spray to provide an adequate film over trunks (before wrapping), branches, stems, twigs, and foliage to protect during digging, handling, and transportation. H. Wrap trees and shrubs with burlap fabric over trunks, branches, stems, twigs, and foliage to protect from wind and other damage during digging, handling, and transportation. I. Deliver plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. 1. Heel -in bare -root stock. Soak roots that are in less than moist condition in water for two hours. Reject plants with dry roots. 2. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 3. Do not remove container -grown stock from containers before time of planting. 4. Water root systems of plants stored on -site deeply and thoroughly with a fine -mist spray. Water as often as necessary to maintain root systems in a moist, but not overly wet condition. 1.7 FIELD CONDITIONS A. Field Measurements: Verify actual grade elevations, service and utility locations, irrigation system components, and dimensions of plantings and construction contiguous with new plantings by field measurements before proceeding with planting work. B. Planting Restrictions: Planting should occur during time of year appropriate for transplanting each plant species. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. C. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions and warranty requirements. Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 1.8 MAINTENANCE A. Contractor's qualified installer shall be responsible for maintaining all plants. Contractor shall replace plants during the construction and 1-year maintenance and warranty period as indicated in the Warranty section below. 1. Construction Period: Installer shall maintain and protect all plants during construction prior to substantial completion. 2. Concurrent Maintenance and Warranty 1-year Period: Installer shall maintain all plants after substantial completion, during the 1-year maintenance and warranty period. 1.9 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth during construction and within the one (1) year warranty period. The one (1) year warranty does not commence upon the date the plants were transplanted on the project site. The one (1) year warranty period commences upon the date of substantial completion established for the entire project. 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, including defects resulting from inadequate maintenance, insufficient watering, or other neglect by the Contractor. b. Structural failures including plantings falling or blowing over. 2. Include the following remedial actions as a minimum: a. Immediately remove dead plants and replace unless required to plant in the succeeding planting season. b. Replace plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. c. Provide extended warranty and extended maintenance for period equal to original warranty period, for replaced plant material, at no additional cost. PART 2 - PRODUCTS 2.1 PLANT MATERIAL A. Plant List — see Exhibit B B. General: Furnish nursery -grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant List and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. 1. Trees with damaged, crooked, or multiple leaders; tight vertical branches where bark is squeezed between two branches or between branch and trunk ("included bark"); crossing trunks; cut-off limbs more than 3/4 inch (19 mm) in diameter; or with stem girdling roots are unacceptable. 2. Collected Stock: Do not use plants harvested from the wild, from native stands, from an established landscape planting, or not grown in a nursery unless otherwise approved by the City. Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 C. Provide plants of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for types and form of plants required. Plants of a larger size may be used if acceptable to City, with a proportionate increase in size of roots or balls. D. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which begins at root flare according to ANSI Z60.1. Root flare shall be visible before planting. E. Labeling: Label each plant of each variety, size, and caliper with a securely attached, waterproof tag bearing legible designation of common name and full scientific name, including genus and species. Include nomenclature for hybrid, variety, or cultivar, if applicable for the plant. F. If formal arrangements or consecutive order of plants is indicated on Drawings, select stock for uniform height and spread, and number the labels to assure symmetry in planting. 2.2 FERTILIZERS A. Planting Tablets: Tightly compressed chip -type, long-lasting, slow -release, commercial -grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. 2.3 MULCHES A. Organic Mulch: Weed -free, seed -free and free from deleterious materials and suitable as a top dressing of trees and shrubs. 2.4 PESTICIDES A. General: Pesticide registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre -Emergent Herbicide (Selective and Nonselective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C. Post -Emergent Herbicide (Selective and Nonselective): Effective for controlling weed growth that has already germinated. 2.5 TREE -STABILIZATION MATERIALS A. Trunk -Stabilization Materials: 1. Upright and Guy Stakes: Rough -sawn wood, sound, new, free of knots, holes, cross grain, and other defects and sized as necessary to stabilize tree. 2. Wood Deadmen: Timbers treated with wood pressure -preservative and sized as necessary to stabilize tree. 3. Flexible Ties: Wide rubber or elastic bands or straps sized as necessary to stabilize tree. 4. Guys and Tie Wires: ASTM A641/A641M, Class 1, galvanized -steel wire, two -strand, twisted, 0.106 inch (2.7 mm) in diameter. 5. Tree -Tie Webbing: UV -resistant polypropylene or nylon webbing with brass grommets. Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 6. Guy Cables: Five -strand, 3/16-inch- (4.8-mm-) diameter, galvanized -steel cable, with zinc -coated turnbuckles or compression springs, a minimum of 3 inches (75 mm) long, with two 3/8-inch (10- mm) galvanized eyebolts, or sized as necessary to stabilize tree. 7. Flags: Standard surveyor's plastic flagging tape, white, 6 inches (150 mm) long. 8. Proprietary Staking -and -Guying Devices: Proprietary stake or anchor and adjustable tie systems to secure each new planting by plant stem; sized as necessary and according to manufacturer's written recommendations. B. Root -Ball Stabilization Materials: 1. Upright Stakes and Horizontal Hold -Down: Rough -sawn, sound, new hardwood or softwood, free of knots, holes, cross grain, and other defects sized as necessary to stabilize tree. 2. Proprietary Root -Ball Stabilization Devices: Proprietary at- or below -grade stabilization systems to secure each new planting by root ball and that do not encircle the trunk; sized according to manufacturer's written recommendations. C. Palm Bracing: Battens or blocks, struts, straps, and protective padding. 1. Battens or Blocks and Struts: Rough -sawn, sound, new hardwood or softwood, free of knots, holes, cross grain, and other defects, sized as necessary to stabilize tree. 2. Straps: Adjustable steel or plastic package banding. 3. Padding: Burlap. 4. Proprietary Palm -Bracing Devices: Proprietary systems to secure each new planting by trunk; sized according to manufacturer's written recommendations. 2.6 MISCELLANEOUS PRODUCTS A. Wood Pressure -Preservative Treatment: AWPA U1, Use Category UC4a; acceptable to authorities having jurisdiction, and containing no arsenic or chromium. B. Antidesiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. C. Burlap: Non -synthetic, biodegradable. D. Planter Drainage Gravel: Washed, sound crushed stone or gravel complying with ASTM D448 for Size No. 8. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive plants, with Installer present, for compliance with requirements and conditions affecting installation and performance of the Work. 1. Verify that no foreign or deleterious materials have been deposited in soil within a planting area. 2. Verify that plants and vehicles loaded with plants can travel to planting locations with adequate overhead clearance. 3. Suspend planting operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 4. Uniformly moisten excessively dry soil that is not workable, or which is dusty. Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 B. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by City and replace with new planting soil. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. B. Install erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, adjust locations when requested, and obtain City's acceptance of layout before excavating or planting. Make adjustments as required. 3.3 PLANTING AREA ESTABLISHMENT A. General: Prepare planting area for soil placement and mix planting soil if required. B. Before planting, obtain City's acceptance of finish grading. 3.4 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits. 1. Excavate planting pits with sides sloping inward at a 45-degree angle. Excavations with vertical sides are unacceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. 2. Excavate approximately three times as wide as ball diameter. 3. Excavate at least 12 inches (300 mm) wider than root spread and deep enough to accommodate vertical roots for bare -root stock. 4. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. 5. If area under the plant was initially dug too deep, add soil to raise it to the correct level and thoroughly tamp the added soil to prevent settling. 6. Maintain angles of repose of adjacent materials to ensure stability. Do not excavate subgrades of adjacent paving, structures, hardscapes, or other new or existing improvements. 7. Maintain supervision of excavations during working hours. 8. Keep excavations covered or otherwise protected after working hours and when unattended by Installer's personnel. 9. If drain tile is indicated on Drawings or required under planting areas, excavate to top of porous backfill over tile. B. Backfill Soil: Subsoil and topsoil removed from excavations may be used as backfill soil unless otherwise indicated. C. Obstructions: Notify City if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 D. Drainage: Notify City if subsoil conditions evidence unexpected water seepage or retention in tree or shrub planting pits. E. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 3.5 TREE, SHRUB, AND VINE PLANTING A. Inspection: At time of planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where the top -most root emerges from the trunk. After soil removal to expose the root flare, verify that root ball still meets size requirements. B. Roots: Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. C. Set each plant plumb and in center of planting pit or trench with root flare above adjacent finish grades. 1. Backfill: Use excavated soil for backfill unless unsuitable. 2. After placing some backfill around root ball to stabilize plant, carefully cut and remove burlap, rope, and wire baskets from tops of root balls and from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. 3. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. D. Slopes: When planting on slopes, set the plant so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above the surrounding soil. Apply enough soil to cover the downhill side of the root ball. 3.6 MECHANIZED TREE -SPADE PLANTING A. Trees may be planted with an approved mechanized tree spade at the designated locations. Do not use tree spade to move trees larger than the maximum size allowed for a similar field -grown, balled-and- burlapped root -ball diameter according to ANSI Z60.1, or larger than manufacturer's maximum size recommendation for the tree spade being used, whichever is smaller. B. Use the same tree spade to excavate the planting hole as will be used to extract and transport the tree. C. When extracting the tree, center the trunk within the tree spade and move tree with a solid ball of earth. D. Cut exposed roots cleanly during transplanting operations. E. Where possible, orient the tree in the same direction as in its original location. 3.7 TREE, SHRUB, AND VINE PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 B. Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. C. Do not apply pruning paint to wounds. 3.8 TREE STABILIZATION A. Root -Ball Stabilization: Install at- or below -grade stabilization system to secure each new planting by the root ball unless otherwise indicated. 1. Wood Hold -Down Method: Place vertical stakes against side of root ball and drive them into subsoil; place horizontal wood hold-down stake across top of root ball and screw at each end to one of the vertical stakes. a. Install stakes of length required to penetrate below bottom of backfilled excavation. Saw stakes off at horizontal stake. b. Install screws through horizontal hold-down and penetrating at least 1 inch (25 mm) into stakes. Predrill holes, if necessary, to prevent splitting wood. c. Install second set of stakes on other side of root trunk for larger trees. 2. Proprietary Root -Ball Stabilization Device: Install root -ball stabilization system sized and positioned according to manufacturer's written instructions. B. Palm Bracing: Install bracing system at three or more places equally spaced around perimeter of trunk to secure each palm until established. 1. Site -Fabricated Palm -Bracing Method: a. Place battens over padding and secure battens in place around trunk perimeter with at least two straps, tightened to prevent displacement. Ensure that straps do not contact trunk. b. Place diagonal braces and cut to length. Secure upper ends of diagonal braces with galvanized nails into battens or into nail -attached blocks on battens. Do not drive nails, screws, or other securing devices into palm trunk; do not penetrate palm trunk in any fashion. Secure lower ends of diagonal braces with stakes driven into ground to prevent outward slippage of braces. 2. Proprietary Palm -Bracing Device: Install palm -bracing system sized according to manufacturer's written instructions. 3.9 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, adjusting and repairing/replacing tree -stabilization devices, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. B. Fill in, as necessary, soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. C. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use integrated pest management practices when possible to minimize use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage, mechanical controls such as traps, and biological control agents. Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 3.10 PESTICIDE APPLICATION A. Apply pesticides and other chemical products and biological control agents according to authorities having jurisdiction and manufacturer's written recommendations, and only if approved by the City. Coordinate applications with City and others in proximity to the Work. Notify City before each application is performed. B. Pre -Emergent Herbicides (Selective and Nonselective): Apply to tree, shrub, and ground -cover areas according to manufacturer's written recommendations. Do not apply to seeded areas. C. Post -Emergent Herbicides (Selective and Nonselective): Apply only as necessary to treat already - germinated weeds and according to manufacturer's written recommendations. 3.11 REPAIR AND REPLACEMENT A. General: Repair or replace existing or new trees and other plants that are damaged by construction operations. 1. Submit details of proposed pruning and repairs. 2. Perform repairs of damaged trunks, branches, and roots within 24 hours, if approved. 3. Replace trees and other plants that cannot be repaired and restored to full -growth status, as determined by and at the sole discretion of the City. B. Remove and replace trees that are more than 25 percent dead or in an unhealthy condition before the end of the warranty period or are damaged during construction operations that City determines are incapable of restoring to normal growth pattern. Replace with same size and species of tree. Coordinate selection and approval of replacement tree prior to planting replacement tree. 3.12 CLEANING AND PROTECTION A. During planting, keep adjacent paving and construction clean and work area in an orderly condition. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Remove surplus soil and waste material including excess subsoil, unsuitable soil, trash, and debris and legally dispose of them off City property. C. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. D. After installation and before Substantial Completion, remove nursery tags, nursery stakes, tie tape, labels, wire, burlap, and other debris from plant material, planting areas, and Project site. 3.13 MAINTENANCE SERVICE A. Maintenance Service for all plants: Provide maintenance by skilled employees of landscape Installer. Maintain as required in approved maintenance plan submittal. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established, but for not less than maintenance period below: 1. Maintenance Period: three hundred and sixty-five (365) calendar days from date of Substantial Completion established for the entire project. Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 EXHIBIT A EXAMPLE TRANSPLANT & MAINTENANCE PLAN TRANSPLANTING SABAL PALMS Step -by -Step Instructions Stephen H. Brown Lee County Horticulture Agent Introduction The native cabbage or sabal palm (Sabal palmetto) is the official state tree of Florida and is a prominent feature in Florida's landscape. The palm is highly adaptive, tough, tolerant of a wide range of soils, and is hurricane resistant. When planted six to ten feet on center, sabal palms provide desirable shade. Sabal palms, including large -sized palms, can be transplanted with high success if a few simple precautions are taken. This fact sheet provides specific proven techniques to itcrease the success of sabal palm transplanting. Step -by -Step Transplant Instructions 1. Use gasoline powered tree spade or heavy steel shanked digging spade with a clean well -honed cutting edge to dig the largest possible root ball. Usually to 18 inches from the edge of the trunk. 2. Remove the palm from ground. Take care not to damage the hidden bud located within the center of the canopy. 3. Using clean sharp hand spades, trim the root ball into circular shape 13 to 16 inches from the outer edge of the trunk. 4. Two methods of pruning fronds for landscape transplant (select one): a. Remove oldest (brown) fronds. Tie the remaining fronds tightly together with a biodegradable twine. Do not disturb the bud. Lee 8/2000A Rick Joyce Deputy Director, Lee County Planning Division b. Remove all fronds otherwise known as "hurricane" or "cigar cut." This recommended pruning technique gives the highest rate of establishment but must be carefully done. 5. Secure the palm on a flat bed truck and transport it to the planting site. Make sure the center of the bud is well protected. 6. Keep the root ball moist between removal and installation. 7. Prepare planting hole 1-2 times the diameter of the trunk but at the same depth as the root ball. 8. Back -fill the planting hole with the same soil that had been removed. There is no need to amend the planting hole, but if it is amended, use a fill similar to that of the planting hole. The amendment should not exceed 25 percent by volume of the soil removed from the hole. 9. Carefully set the palm into the planting hole, Make sure it is planted the same depth as it was in the field. Planting too deeply will cause root suffocation and lead to nutritional deficiencies, root rot, and frequently the death of the palm. 10. Secure and stake the palm as illustrated in the diagram. DO NOT DRIVE NAILS DIRECTLY INTO THE PALM. (Continued on the back. ) The Extension Service is part of a publicly funded statewide educational network that provides information and scientific knowledge to area residents. businesses and government leaders. The University of Florida, Extension Service offers the latest research and technology in more Than 200 subjects related to horticulture, energy/ conservation. agriculture. youth development and family and consumer sciences. Last year. the Lee County Extension Service prosided assistance to more than 70,111110 people and provided 463 classes and workshops on everything from family financial planning to pesticide training. The Lee County Fxtension Service is an Equal Employment Opportunity - Affirmative Action Employer that provides research, educational information and other services without regard to race. color, sex. age, handicap or national origin. Landscape Plantings North Beach Drainage, Street, and Eco Park Improvements Project Numbers: 18007, 18162, 22142, 23167 32 90 00 Conformed Rev 10/2024 11. Establish a water -retaining ring around the palm three feet from the trunk. The ring should slope gently toward the trunk. 12. Fill the ring with mulch to a depth of three inches. Keep the mulch at least three inches away from the trunk. 13. Irrigation: a. Palms with fronds remaining: Fill the ring with 50 gallons of water three times weekly. b. Palms with hurricane cut: Fill the ring with 20 to 25 gallons of water three times weekly. 14. In both cases, after four weeks, reduce irrigation to twice weekly. Water twice weekly for four weeks, and then reduce irrigation to once weekly for an additional four weeks. Twelve weeks after planting, cease irrigation if the palm appears healthy. However, during drought, water once a week for up to two years. For each inch of rain, skip one scheduled irrigation treatment. 15. As soon as new growth begins to appear, loosen tied fronds. This will happen between 3-6 months after transplanting, depending on the time of year and the health of the palm 16. Begin fertilization after new growth begins. Fertilize three to four times per year with a 11- 3- ratio fertilizer at a rate of one to two pounds per 100 square feet. For best results use a slow release formulation. 17. Remove staking and burlap or asphalt paper rap after successful palm establishment. Removal usually occurs approximately one year after palm installation. EXAMPLE NUN1aCAAE CUT SEE DETUI AT PION USE THREE 2'X4 WOOD NM. BRACES 120 . APART BRACE$ TO BLOCKING ONLY 2"x4'x36- STAKE SECURE TO BRACE NOTE. LARGE PALMS MAY REOURE POUR BRACES 90' APART AND 2'x6' STAKES. BRACES AND BLOCIONo UNDIS7uRBED Sat USE FOUNOATION OF BURLAP OR ASPHALT PAPER AROIND 111E TRUCK BANG OR STRAP 2-x4-x1r Wo00 BLOCKING AGAINST FOUNDATION MATERIAL SECURE 2'X4- 1000 BRACE 70 BLOCKNc QQ.1IQI DIRECT NAL BRACE TO TRUNK FILE THE RING YAM MULCH 70 A DEPTH OF 3 ESIABUSN A WATER RETAKING RING FINISH GRADE BACKFILL WITH NATIVE SOIL PLANTING AND STAKING SABAL PALM N01 10 SCALE Landscape Plantings North Beach Drainage, Street, and Eco Park Improvements Project Numbers: 18007, 18162, 22142, 23167 32 90 00 Conformed Rev 10/2024 EXHIBIT B PLANT LIST Native Estuarine Wetland Plants Botanical Common Mature Evergreen Attributes Name Name Height Batis marrtima Seaside Saltwort 3 feet Yes Salt tolerant, supports wildlife, Texas native Salt tolerant, Texas native Distichlis littoralis aka Monanthochloe iittorafis Shoregrass 10 inches No Lycium caroUnianum CaroUna Wolfberry 6 feet Yes Satt tolerant, supports wildlife, Texas native Pluchea odorata Stinkweed 6 feet Semi Salt tolerant, supports wildlife, Texas native, blooms year-round Sallcornia depressa Glasswort 28lnches No Satt tolerant, supports wildlife, Texas native Sesuvium maritimum Sea Purslane 6 inches Semi Salt tolerant, supports wildlife, Texas native, blooms year-round Sporobolus pumilus Marshhay cordgrass 24 inches Semi Salt tolerant, supports wildlife, Texas native Sporobolus spartinae Gulf Coardgrass ° feet Semi Salt tolerant, supports wildlife, Texas native • recommend specifying % of mix for each species Sea Purslane Landscape Plantings North Beach Drainage, Street, and Eco Park Improvements Project Numbers: 18007, 18162, 22142, 23167 Carolina Wolfberry Srasirle Saitv:oi't 32 90 00 Conformed Rev 10/2024 Hydromulch Seed Mix King's South Texas Native Grass Seed Mix by DID Seeds, San Antonio, Texas (dkseeds_coni) Components: Atascosa Texas Grama, Chaparral Hairy Grama, Dilley Slender Grama, South Texas Sideoats Grama, Hidalgo False Rhodesgrass, Kinnney False Rhodes Grass, La Salle Arizona Cottontop, Lavaca Canada Wildrye, Mariah Hooded Windmillgrass, Welder Shortspike Windm llgrass, Oso Hall's Panicum, Webb Whiplash Pappusgrass, Nueces Sand Dropseed, Switchgrass, Green Spra ngleto p - Recommend specifying once yearly mowing • See recommended native seed mix to remove invasive Bermuda grass and K-R Bluestem (King Ranch Bluestem, aka Yellow Bluestem) King's South Texas Native Grass Mix by DKSeeds Landscape Plantings North Beach Drainage, Street, and Eco Park Improvements Project Numbers: 18007, 18162, 22142, 23167 32 90 00 Conformed Rev 10/2024 Trees Botanical Name Common Name Mature Height Evergreen Attributes Note Lagerstroemia spp. crepe Myrtle 20feet No Fast-growing, showy tree. Blooms summer to fall. Prosopis glanduiosa Honey Mesquite 30 feet No Fast-growing, supports wildlife, blooms February -September. Locate a minimum of 6 feet from pathways (thomy growth). Sabel mexicana Texas Palm 50 feet Yes Texas native, slow growing, supports wildlife Washingtonia robusta Mexican Fan Palm 50-100 feet Yes Salt, wind, and drought tolerant. Fast growing • recommend increasing the number and the diversity of groupings Landscape Plantings 32 90 00 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 Landscape Edging Plants Botanical Name Agave americana Common Name Mature Height Evergreen 1 Attributes Century Plant 3feet Asparagus sprengeri I Asparagus Fern 1-3 feet yes yes Carissa grandiffora Carpobrotus edulis Natal Plum 3 feet Ice Plant 3 feet yes Hesperaloe penriflora Red Yucca 3 feet Lantana camara Pink Lantana 3-4 feet yes Morelia cerifera Wax Myrtle 10 feet yes Tolerates salty soil, storm winds, salt and sand spray. Texas Coastal Bend native. Tolerates salty soil, storm winds, salt and sand spray. Groundcover Tolerates salty soil, storm winds, salt and sand spray. Groundcover. Tolerates salty soil, storm winds, salt and sand spray. Groundcover. Tolerates salty soil, storm winds, salt and sand spray. Attracts pollinators. Blooms spring through summer. Texas native. Tolerates salty soil, salt and sand spray. Texas Coastal Bend native. Tolerates salty soil, salt and sand spray. Texas native. Rosmarinus officinalis Rosemary 1-4 feet yes Tolerates salty soil, storm winds, salt and sand spray. Attracts pollinators. Blooms summer through fall. Yucca filamentosa Adam's Needle 2-3 feet yes Tolerates salty soil, storm winds, salt and sand spray. Blooms spring through summer. • recommend utilizing salt tolerant species that contrast grasses in texture, color, and seasonal interest. END OF SECTION Landscape Plantings North Beach Drainage, Street, and Eco Park Improvements Project Numbers: 18007, 18162, 22142, 23167 32 90 00 Conformed Rev 10/2024 32 92 13 HYDROMULCH SEEDING 1.00 GENERAL 1.1 SCOPE A. Refer to the Drawings, Schedules and Details for type and locations of work required herein. Furnish all labor, materials, equipment and supervision for the installation of items included within these specifications. Such work includes, but is not limited to the following: 1. Furnishing and applying Hydromulch seeding including all materials and equipment required for the specified method of lawn installation. 2. Site cleanup. 3. Maintenance and guarantee. 1.2 RELATED WORK A. 021040 - Site Grading. B. 028020 - Seeding C. 028040 - Sodding 1.1 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: 1. Perform Work in accordance with all applicable laws, codes, and regulations required by authorities having jurisdiction over such work and provide for all inspections and permits required by Federal, State, and local authorities in furnishing, transporting, and installing materials. 1.2 SUBMITTALS A. Samples: 1. The Owner reserves the right to request samples of materials for conformity to specifications at any time. Contractor shall furnish samples upon request. Rejected materials shall be immediately removed from the site at Contractor's expense. Cost of replacement of materials not meeting the specifications shall be paid by Contractor. 2. Typical requests from the owner may include copies of manufacturers' literature, certifications, or laboratory analytical data for the following items: a. Fiber Mulch. b. Tank Mix Fertilizer. c. Top Dress Fertilizer. 1.3 SCHEDULE A. Submit a proposed work schedule to the Owner for approval at least fifteen (15) days prior to Hydromulch Seeding 32 92 13 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 start of work under this Section. After approval, no modification shall be made to this schedule without written authorization by the Owner. B. In general, the work shall proceed as rapidly as the site becomes available, consistent with normal seasonal limitations for planting work. 1.4 PRODUCT DELIVERY, HANDLING AND STORAGE A. Furnish standard products in manufacturer's standard containers bearing original labels showing quantity, analysis and name of manufacturer. B. Submit written requests for inspections to the Engineer at least seven (7) days prior to anticipated inspection date. 2.00 MATERIALS 2.1 SEED A. All seed used shall be labeled in accordance with U.S. Department of Agriculture Rules and Regulations under the Federal Seed Act in effect on the date of Invitation for Bids. All seed shall be furnished in sealed standard containers unless exception is granted in writing by the Engineer. Seed which has become wet, moldy, or otherwise damaged in transit or in storage will not be acceptable. The minimum percentage by weight or pure live seed in each lot of seed shall be as follows and seed shall be planted at the rate per acre indicated or as recommended by the supplier. King's South Texas Native Grass Seed Mix by DK Seeds, San Antonio, Texas (dkseeds.com) Components: Atascosa Texas Grama, Chaparral Hairy Grama, Olney Slender Grama, South Texas Sideoats Grama, Hidalgo False Rhodesgrass, Kinnney False Rhodes Grass, La Salle Arizona Cottontop, Lavaca Canada Wild rye, Mariah Hooded Windmillgrass, Welder Shortspike Windmillgrass, Oso Hall's Panicum, Webb Whiplash Pappusgrass, Nueces Sand Dropseed, Switchgrass, Green Sp ra n gleto p • Recommend specifying once yearly mowing • See recommended native seed mix to remove invasive Bermuda grass and K-R Bluestem (King Ranch Bluestem, aka Yellow Bluestem) B. Weed seed shall not exceed ten (10%) of weight of the total of pure live seed and other material in the mixture. Johnson grass, nut grass, or other noxious weed seed will not be allowed. C. Source - Quality Control Hydromulch Seeding 32 92 13 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 1. Seed: The Contractor must follow the Federal Seed Act with respect to interstate commerce and transportation. Each lot of seed may be re -sampled and retested in accordance with latest Rules and Regulations under the Federal Seed Act at the discretion of the Owner. The seed retests will be conducted by a testing laboratory allowed by the State of Texas Department of Agriculture Seed Control Office. Material found to be below specified content levels will be at the contractor's responsibility to correct by removing and replanting and/or additional plantings. 2.2 FERTILIZER FOR TANK MIX A. Shall be 13-13-13 grade, pelleted, uniform on composition, free -flowing, and suitable for application with approved equipment. The fertilizer shall be delivered to the site in bags or other convenient containers, each fully labeled, conforming to the applicable state fertilizer laws, and bearing the name or trademark and warrant of the producer. 2.3 WOOD CELLULOSE FIBER MULCH A. Wood Cellulose fiber mulch, for use with the hydraulic application of grass seed and fertilizer, shall consist of specially prepared wood cellulose fiber. It shall be processed in such a manner that it will not contain germination of growth inhibiting factors. It shall be dyed a green color to allow visual metering of its application. The wood cellulose fibers shall have the property of becoming evenly dispersed and suspended when agitated in water. When sprayed uniformly on the surface of the soil, the fibers shall form a blotter -like groundcover which readily absorbs water and allows infiltration to the underlying soil. Weight specifications from suppliers for all applications shall refer only to air dry weight of the fiber, a standard equivalent to eighteen (18%) percent moisture. The mulch material shall be supplied in packages having a gross weight not in excess of 100 pounds and be marked by the manufacturer to show the dry weight content. Suppliers shall be prepared to certify that laboratory and field testing of their product has been accomplished and that meets all of the foregoing requirements. 2.4 WATER A. Water used for mixing or curing shall be reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable matter or other substances injurious to the finished product. B. Water sources other than the local municipal domestic water supply must be approved by the Owner. 1. If onsite reclaimed water sources are used, tanks and apprentices must be clearly marked with the words "non -potable" water. 2.5 SLURRY MIX COMPONENTS PER ACRE A. Wood Cellulose Fiber Mulch = 2,000 pounds B. Grass Seed = (as specified) C. Fertilizer (13-13-13) = 800 pounds 2.6 TOP DRESS FERTILIZER A. (Delayed Application) Complete fertilizer, fifty (50%) percent of the nitrogen to the derived from natural organic sources or urea -form. Available phosphoric acid shall be from superphosphate, bond, or tankage. Potash shall be derived from muriate of potash containing sixty (60%) percent potash: Hydromulch Seeding 32 92 13 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 1. 16% Nitrogen 2. 6% Phosphoric Acid 3. 8% Potash 3.00 EXECUTION 3.1 HYDROMULCH SEEDING ON PREPARED FINISHED GRADE A. Bed Preparation: Immediately after the finished grade has been approved, begin hydroseeding operation to reduce excessive weed growth. B. Special Mulching Equipment and Procedures: Hydraulic equipment used for the application of fertilizer, seed, and slurry of prepared wood fiber mulch shall have a built-in agitation system with an operating capacity sufficient of agitate, suspend, and homogeneously mix a slurry containing up to forty (40) pounds of fiber plus a combined total of seventy (70) pounds of fertilizer solids for each one hundred (100) gallons of water. The slurry distribution lines shall be large enough to prevent stoppage. The discharge line shall be equipped with a set of hydraulic spray nozzles which provide even distribution of the slurry on the slopes to be seeded. The slurry tank shall have a minimum capacity of eight hundred (800) gallons and shall be mounted on a traveling unit which may be either self-propelled or drawn with a separate unit which will place the slurry tank and spray nozzles within sufficient proximity to the areas to be seeded so as to provide uniform distribution without waste. The Engineer may authorize equipment with smaller tank capacity provided that the equipment has the necessary agitation system and sufficient pump capacity to spray the slurry in a uniform coat. C. Mixing: Care shall be taken that the slurry preparation should be accomplished per the material supplier's recommendations and the equipment manufacturer's written operations manual. Spraying shall commence immediately when the slurry is mixed and the tank is full. The operator shall spray the area with a uniform, visible coat by using the green color of the wood pulp as a guide. D. Application: 1. Contractor shall obtain approval of Hydromulch area preparation from the Engineer prior to application. 2. Operators of hydro mulching equipment shall be thoroughly experienced in this type of application. Apply specified slurry mix in a motion to form a uniform mat at specified rate. 3. Keep Hydromulch within areas designated and keep from contact with other plant material. 4. Slurry mixture which has not been applied within four (4) hours of mixing shall not be used and shall be removed from the site. 5. After application, the Contractor shall not operate any equipment over the covered area. 6. Immediately after application, thoroughly wash off any plant material, planting areas, or paved areas not intended to receive slurry mix. Keep all paved and planting areas Hydromulch Seeding 32 92 13 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 clean during maintenance operations. 7. Refer also to the maintenance portion of this section. 8. All areas designed on drawings shall be covered uniformly with specified materials using hydro mulching processes. If surfaces remain uncovered within the designated area, the Contractor shall seed with required grasses or ground cover materials those areas missed by the Hydromulch application. Method used to seed these missed surfaces shall be an alternate seeding operation approved by the Architect/Engineer/Owner's Representative and shall be accomplished at no additional cost to the Owner. 3.2 CLEAN UP A. Keep all areas of work clean, neat, and orderly always. Keep all paved areas clean during installation operations. Clean up and removal all deleterious materials and debris from the entire work area prior to Final Acceptance to the satisfaction of Engineer. 3.3 INSPECTIONS A. Make written request for inspection prior to seeding and after areas have been seeded. B. Submit requests for inspections to Engineer at least two (2) days prior to the anticipated inspection date. 3.4 MAINTENANCE BY THE CONTRACTOR A. The Contractor shall begin maintenance after each plant is installed and continue until Final Acceptance. B. The Contractor's maintenance of new planting shall consist of watering, weeding, repair of all erosion and reseeding and resodding as necessary to establish a uniform stand of the specified grasses. Contractor shall guarantee growth and coverage of Hydromulch planting under this Contract to the effect that a minimum of ninety-five (95%) percent of the area planted will be covered with specified planting after sixty (60) days with no bare spots greater than ten (10) square feet. Any sod panels that are dead or dying shall be replaced. C. The Contractor shall be responsible for one (1) mowing if the time between seeding or sodding and Final Acceptance exceeds thirty (30) days. D. Contractor shall make a second application of specified Hydromulch planting to bare areas not meeting specified coverage as determined by the Engineer. Such replanting to be performed within sixty (60) days of initial application and immediately upon notification by Engineer to replant. E. Apply top dress fertilizer (16-6-8) at the rate of ten (10) pounds per 1,000 square feet at no less than nor more than twenty-five (25) days after seeding unless approved in writing by the Owner. 3.5 FINAL ACCEPTANCE A. Work under this Section will be accepted by Engineer upon satisfactory completion of all work, but exclusive of re -application under the Guarantee Period. Final Acceptance of lawn establishment shall be as follows: Hydromulch Seeding 32 92 13 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 B. For Seed: Ninety -Five (95%) percent uniform coverage of grass in excess of one (1") inch height. No bare spots of greater than two (2) square feet will be accepted. C. The Engineer and/or Owner shall interpret the above. Upon Final Acceptance, the Owner will assume the responsibility for maintenance of the work. END OF SECTION Hydromulch Seeding 32 92 13 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers: 18007, 18162, 22142, 23167 Rev 10/2024 35 21 36 DEBRIS CAGES 1.00 GENERAL 1.1 Description A. This specification shall govern all work required for furnishing and installing Debris Cages required to complete the project. B. The Contractor shall be responsible for: a. Field evaluating installation structures before fabrication. b. Fabricate and install cages on RCP and RCB outfalls as shown on the drawings. c. Designing and fabrication appropriate mounting brackets and anchor bolts for attachment to the structures. Designs must be approved by the Engineer. C. The Debris Cages specified under this section shall be provided by a single manufacturer/supplier. 1.2 SUBMITTALS A. Submit complete descriptive product data for product to be provided, including but not limited to, fabrication and installation drawings, pertinent design calculations, and any other related information necessary to facilitate Owner and Owner's Representative review. 1.3 WARRANTY A. Provide equipment warranty in accordance with Article 29 — Execution and Closeout of 00 72 00 — General Conditions. 2.00 PRODUCTS 2.1 DESIGN CRITERIA A. See tables below for Design Specifications of Debris Cages. RCP Size 18" Quantity 24 Material screen and hardware 316 Stainless Steel or approved equal Opening Spacing 6" Openings RCB Size 10'X2' Quantity 1 Material screen and hardware 316 Stainless Steel or approved equal Opening Spacing 6" Openings Debris Cages 35 21 33 - 1 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers 18007, 18162, 22142, 23167 2.2 ACCEPTABLE MANUFACTURERS A. The following are acceptable manufacturer: 1. Contech Engineered Solutions 2. or Owner approved substitution. B. If applicable, all equipment substitution requests shall be made in accordance with the requirements of 00 72 00 General Conditions. 3.00 EXECUTION 3.1 DELIVERY AND STORAGE A. Deliver, handle, store and protect all equipment in accordance with manufacturer/supplier recommendations and/or instructions. END OF SECTION Debris Cages 35 21 33 - 2 North Beach Drainage, Street, and Eco Park Improvements Conformed Project Numbers 18007, 18162, 22142, 23167 169 Item 169 Soil Retention Blankets *® Texas Department of Transportation 1. DESCRIPTION Provide and install soil retention blankets (SRB) as shown on the plans or as directed. 2. MATERIALS Provide only SRB that meet the requirements of DMS-6370, "Soil Retention Blankets," and are on the Approved Products List, Erosion Control Approved Products. (http://www.txdot.gov/business/resources/erosion-control.html) Use material of the following class and type as shown on the plans and provide a copy of the manufacturer's label for the selected product. 2.1. Class 1: Slope Protection. 2.1.1. Type A. Slopes 3:1 or flatter —clay soils, 2.1.2. Type B. Slopes 3:1 or flatter —sandy soils, 2.1.3. Type C. Slopes steeper than 3:1—clay soils, and 2.1.4. Type D. Slopes steeper than 3:1—sandy soils. 2.2. Class 2: Flexible Channel Liners. 2.2.1. Type E. Biodegradable materials with shear stress less than 2.0 psf, 2.2.2. Type F. Biodegradable materials with shear stress less than 4.0 psf, 2.2.3. Type G. Nonbiodegradable materials with shear stress less than 6.0 psf, and 2.2.4. Type H. Nonbiodegradable materials with shear stress less than 8.0 Ib. psf. 3. CONSTRUCTION Provide a copy of the manufacturer's installation instructions to the Engineer before placement of the material. Place the SRB within 24 hr. after the seeding or sodding operation, or when directed. Install and anchor the SRB in strict accordance with the recommendations contained within the manufacturer's published literature. Installation includes the repair of ruts, reseeding or resodding, and the removal of rocks, clods, and other foreign materials which may prevent contact of the blanket with the soil. 4. MEASUREMENT This Item will be measured by the square yard of surface area covered. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Soil Retention Blankets" of the class and type specified. This price is full compensation for equipment, materials, labor, tools, and incidentals. 107 Technical Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 432 Item 432 Riprap Texas Airepartment of Transportation 1. DESCRIPTION Furnish and place concrete, stone, cement -stabilized, or special riprap. 2. MATERIALS Furnish materials in accordance with the following Items. • Item 420, "Concrete Substructures," • Item 421, "Hydraulic Cement Concrete," • Item 431, `Pneumatically Placed Concrete," • Item 440, `Reinforcement for Concrete," and • DMS-6200, "Filter Fabric." 2.1. Concrete Riprap. Use Class B Concrete unless otherwise shown on the plans. 2.2. Pneumatically Placed Concrete Riprap. Use Class II concrete that meets Item 431, `Pneumatically Placed Concrete," unless otherwise shown on the plans. 2.3. Stone Riprap. Use durable natural stone with a bulk specific gravity of at least 2.50 as determined by Tex-403-A unless otherwise shown on the plans. Provide stone that, when tested in accordance with Tex-411-A, has weight loss of no more than 18% after 5 cycles of magnesium sulfate solution. Perform a size verification test on the first 5,000 sq. yd. of finished riprap stone for all types of stone riprap at a location determined by the Engineer. Test the riprap stone in accordance with ASTM D5519. Additional tests may be required. Do not place additional riprap until the initial 5,000 sq. yd. of riprap has been approved. Provide grout or mortar in accordance with Item 421, "Hydraulic Cement Concrete," when specified. Provide grout with a consistency that will flow into and fill all voids. Provide filter fabric in accordance with DMS-6200, "Filter Fabric." Provide Type 2 filter fabric for protection stone riprap unless otherwise shown on the plans. Provide Type 2 filter fabric for Type R, F, or Common stone riprap when shown on the plans. 2.3.1. Type R. Use stones between 50 and 250 Ib. with at least 50% of the stones heavier than 100 Ib. 2.3.2. Type F. Use stones between 50 and 250 Ib. with at least 40% of the stones heavier than 100 Ib. Use stones with at least 1 broad flat surface. 2.3.3. Common. Use stones between 50 and 250 Ib. Use stones that are at least 3 in. in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the plans or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Cut exposed reinforcement flush with all surfaces before placement of each piece of broken concrete. 2.3.4. Protection. Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be at least 1/3 of the length. When shown on the plans or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Cut exposed reinforcement flush with all surfaces before placement of each piece of broken 1 Technical Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 432 concrete. Determine gradation of the finished, in -place, riprap stone under the direct supervision of the Engineer in accordance with ASTM D5519. Table 1 In -Place Protection Riprap Gradation Requirements Size Maximum Size (Ib.) 90% Size' (Ib.) 50% Size' (Ib.) 8% Size' Minimum (Ib.) 12in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24 in. 1,000 550-850 200-325 30 30 in. 2,600 1,150-2,250 400-900 40 Defined as that size such that 10% of the total riprap stone, by weight, is larger and 90% is smaller. 2. Defined as that size such that 50% of the total riprap stone, by weight, is larger and 50% is smaller. 3. Defined as that size such that 92% of the total riprap stone, by weight, is larger and 8% is smaller. The Engineer may require in -place verification of the stone size. Determine the in -place size of the riprap stone by taking linear transects along the riprap and measuring the intermediate axis of the stone at select intervals. Place a tape measure along the riprap and determine the intermediate axis size of the stone at 2 ft. intervals. Measure a minimum of 100 stones, either in a single transect or in multiple transects, then follow ASTM D5519 Test Procedure Part B to determine the gradation. Table 2 is a guide for comparing the stone size in inches to the stone weight shown in Table 1. Table 2 Protection Riprap Stone Size' Size Dmax (in.) D90 (in.) D50 (in.) D8 (in.) 12 in. 13.76 10.14-13.29 7.31-9.92 3.39 15 in. 16.10 13.04-15.75 9.21-12.91 6.39 18 in. 19.04 15.58-18.36 11.10-14.21 6.59 21 in. 21.85 18.17-21.09 13.16-15.75 6.88 24 in. 23.53 19.28-22.29 13.76-16.18 7.31 30 in. 32.36 24.65-30.84 17.34-22.72 8.05 1. Based on a Specific Gravity of 2.5 and using the following equation for the intermediate axis diameter D = {(12*W)/(Gs*62.4*0.85)}113 where: D = intermediate axis diameter in in.; W = weight of stone in lbs.; Gs = Specific Gravity of stone. Note —If the Specific Gravity of the stone is different than 2.5, then the above equation can be used to determine the appropriate size using the actual Specific Gravity. If required, provide bedding stone that, in -place, meets the gradation requirements shown in Table 3 or as otherwise shown on the plans. Determine the size distribution in Table 3 in accordance with ASTM D6913. Table 3 Protection Riorau Bedding Material Gradation Requirements Sieve Size (Sq. Mesh) % by Weight Passing 3" 100 1-1/2" 50-80 3/4" 20-60 #4 0-15 #10 0-5 2.4. Cement -Stabilized Riprap. Provide aggregate that meets Item 247, "Flexible Base," for the type and grade shown on the plans. Use cement -stabilized riprap with 7% hydraulic cement by dry weight of the aggregate. 2.5. Special Riprap. Furnish materials for special riprap according to the plans. 2 Technical Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 432 3. CONSTRUCTION Dress slopes and protected areas to the line and grade shown on the plans before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the plans or as directed. 3.1. Concrete Riprap. Reinforce concrete riprap with 6 x 6 — W2.9 x W2.9 welded wire fabric or with No. 3 or No. 4 reinforcing bars spaced at a maximum of 18 in. in each direction unless otherwise shown. Alternative styles of welded wire fabric that provide at least 0.058 sq. in. of steel per foot in both directions may be used if approved. A combination of welded wire fabric and reinforcing bars may be provided when both are permitted. Provide a minimum 6-in. lap at all splices. Provide horizontal cover of at least 1 in. and no more than 3 in. at the edge of the riprap. Place the first parallel bar no more than 6 in. from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. Sprinkle or sprinkle and consolidate the subgrade before the concrete is placed as directed. All surfaces must be moist when concrete is placed. Compact and shape the concrete once it has been placed to conform to the dimensions shown on the plans. Finish the surface with a wood float after it has set sufficiently to avoid slumping to secure a smooth surface or broom finish as approved. Cure the riprap immediately after the finishing operation according to Item 420, "Concrete Substructures." 3.2. Stone Riprap. Provide the following types of stone riprap when shown on the plans: • Dry Riprap. Stone riprap with voids filled with only spalls or small stones. • Grouted Riprap. Type R, F, or Common stone riprap with voids grouted after all the stones are in place. • Mortared Riprap. Type F stone riprap laid and mortared as each stone is placed. Use spalls and small stones lighter than 25 Ib. to fill open joints and voids in stone riprap, and place to a tight fit. Place mortar or grout only when the air temperature is above 35°F. Protect work from rapid drying for at least 3 days after placement. Place filter fabric with the length running up and down the slope unless otherwise approved. Ensure fabric has a minimum overlap of 2 ft. Secure fabric with nails or pins. Use nails at least 2 in. long with washers or U-shaped pins with legs at least 9 in. long. Space nails or pins at a maximum of 10 ft. in each direction and 5 ft. along the seams. Alternative anchorage and spacing may be used when approved. 3.2.1. Type R. Construct riprap as shown in Figure 1 on the Stone Riprap Standard and as shown on the plans. Place stones in a single layer with close joints so most of their weight is carried by the earth and not the adjacent stones. Place the upright axis of the stones at an angle of approximately 90° to the embankment slope. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. Fill open joints between stones with spalls. Place stones to create a uniform finished top surface. Do not exceed a 6-in. variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. Prevent earth, sand, or foreign material from filling the spaces between the stones when the plans require Type R stone riprap to be grouted. Wet the stones thoroughly after they are in place, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 3 Technical Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 432 3.2.2. Type F. 3.2.2.1. Dry Placement. Construct riprap as shown in Figure 2 on the Stone Riprap Standard. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. Place stone to drain water down the face of the slope. 3.2.2.2. Grouting. Construct riprap as shown in Figure 3 on the Stone Riprap Standard. Size, shape, and lay large flat -surfaced stones to produce an even surface with minimal voids. Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. Place the stones to create a plane surface with a variation no more than 6 in. in 10 ft. from true plane. Provide the same degree of accuracy for warped and curved surfaces. Prevent earth, sand, or foreign material from filling the spaces between the stones. Wet the stones thoroughly after they are in place, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. 3.2.2.3. Mortaring. Construct riprap as shown in Figure 2 on the Stone Riprap Standard. Lap courses as described for dry placement. Wet the stones thoroughly before placing mortar. Bed the larger stones in fresh mortar as they are being place and shove adjacent stones into contact with one another. Spread excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or shallow, smooth -raked joints as directed. 3.2.3. Common. Construct riprap as shown in Figure 4 on the Stone Riprap Standard. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. Prevent earth, sand, or foreign material from filling the spaces between the stones when the plans require grouting common stone riprap. Wet the stones thoroughly after they are in place; fill the spaces between them with grout; and pack. Sweep the surface with a stiff broom after grouting. 3.2.4. Protection. Construct riprap as shown in Figure 5 on the Stone Riprap Standard. Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the filter fabric to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. Construct the riprap to the lines and grades shown on the plans or staked in the field. A tolerance of +6 in. and —0 in. from the slope line and grades shown on the plans is allowed in the finished surface of the riprap. Place riprap to its full thickness in a single operation. Avoid displacing the filter fabric. Ensure the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well -graded distribution of stone sizes. Use the bedding thickness shown and place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids if required on the plans. 3.3. Pneumatically Placed Concrete Riprap, Class II. Meet Item 431, "Pneumatically Placed Concrete." Provide reinforcement following the details on the plans and Item 440, "Reinforcement for Concrete." Support reinforcement with approved supports throughout placement of concrete. Give the surface a wood -float finish or a gun finish as directed. Cure the riprap with membrane -curing compound immediately after the finishing operation in accordance with Item 420, "Concrete Substructures." 4 Technical Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 432 3.4. Cement -Stabilized Riprap. Follow the requirements of the plans and the provisions for concrete riprap except when reinforcement is not required. The Engineer will approve the design and mixing of the cement - stabilized riprap. 3.5. Special Riprap. Construct special riprap according to the plans. 4. MEASUREMENT This Item will be measured by the cubic yard of material complete in place. Volume will be computed on the basis of the measured area in place and the thickness and toe wall width shown on the plans. If required on the plans, the pay quantity of the bedding material for stone riprap for protection to be paid for will be measured by the cubic yard as computed from the measured area in place and the bedding thickness shown on the plans. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Riprap" of the type, thickness, and void -filling technique (Dry, Grout, Mortar) specified, as applicable. This price is full compensation for furnishing, hauling, and placing riprap and for filter fabric, expansion joint material, concrete and reinforcing steel, grout and mortar, scales, test weights, equipment, labor, tools, and incidentals. Payment for excavation of toe wall trenches, for all necessary excavation below natural ground or bottom of excavated channel, and for shaping of slopes for riprap will be included in the unit price bid per cubic yard of riprap. When bedding is required for protection stone riprap, payment will be made at the unit price for "Bedding Material" of the thickness specified. This price is full compensation for furnishing, hauling, placing, and maintaining the bedding material until placement of the riprap cover is completed and accepted; excavation required for placement of bedding material; and equipment, scales, test weights, labor, tools, and incidentals. No payment will be made for excess thickness of bedding nor for material required to replace embankment material lost by rain wash, wind erosion, or otherwise. 5 Technical Specifications North Beach Drainage, Improvements Project Numbers: 18007, 18162, 22142 and 23167 NORTH BEACH DRAINAGE, STREET AND ECO PARK IMPROVMENTS APPENDIX A TOPOGRAPHIC SURVEY OF CITY OF CORPUS CHRISTI NORTH BEACH DRAINAGE PROJECT North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162, 22142, 23167 z_ LOCKWOOD, z LOCKWOOD, ANDR TOPOGRAPHIC 5URVE EE Es „sN qp ®®o�O�oa H:0:: I m33 l I PROJECT BENCHMARK LOCATIONS I i i , i s) o i iI s2 !I I � I of nor , I imi ; I ,,I i I` — — i I I j OI� I j 1 \(� 1 r I 1 I aO I 1 i`,� _J 1 � I I L- j ♦.\ � - - NV isITJn0 _ i_ I I OI I 05 1 zi I I I it Zi 1 i/ , 1 I.__._.� I � ___ , r TIz I I i Y � I I I II %Xt. ! 1 ; A 1 i I, 3Ab' 2321V380 1S NOS35558 eity, NUECES COUNTY, TEXAS LOCKWOOD, ANDREWS & NEWNAM ]NC. 8 z cn w CE SURVEY LEGEND `s "s "s "s itV JVWdSj7110 ANdsd7/7� 4petwe oa z W i �w NORTH BEACH DRAINAGE, STREET AND ECO PARK IMPROVMENTS APPENDIX B PRELIMINARY GEOTECHNICAL ENGINEERING STUDY, NORTH BEACH NAVIGABLE CANAL AUGUST 19, 2020 North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162, 22142, 23167 Tolunay-Wong 10 Engineers, Inc. RELIMINARY GEOTECHNICAL ENGINEERING STUDY NORTH BEACH NAVIGABLE CANAL CORPUS CHRISTI, TEXAS Prepared for: Lockwood, Andrews & Newnam, Inc. 2925 Briarpark Drive, Suite 400 Houston, Texas 77042 Prepared by: Tolunay-Wong Engineers, Inc. 826 South Padre Island Drive Corpus Christi, Texas 78416 August 19, 2020 Project No. 20.53.036 / Report No. 26074 GEOTECHNICAL ENGINEERING, DEEP FOUNDATIONS TESTING, ENVIRONMENTAL SERVICES, CONSTRUCTION MATERIALS TESTING 1-888-887-9932 WWW. TWEINC. COM Tolunay-WongEngineers, Inc. 826 South Padre Island Drive • Corpus Christi, Texas 78416 • Phone (361) 884-5050 August 19, 2020 Lockwood, Andrew & Newnam, Inc. 2925 Briarpark Drive, Suite 400 Houston, Texas 77042 Attn: Mr. Joseph Scarborough, P.E. JEScarborough@lan-inc.com Ref: Preliminary Geotechnical Engineering Study North Beach Navigable Canal Corpus Christi, Texas TWE Project No. 20.53.036 / Report No. 26074 Dear Mr. Scarborough, Tolunay-Wong Engineers, Inc. (TWE) is pleased to submit this report of our preliminary geotechnical engineering study for the above referenced project. This report contains a detailed description of the field program and laboratory services performed for this geotechnical engineering study as well as soil boring logs and laboratory test results. We appreciate the opportunity to work with you on this preliminary phase of the project and we look forward to the opportunity of providing services for the final phase of the project. If you have any questions or comments regarding this report or if we can be of further assistance, please contact us. Sincerely, TOLUNAY-WONG ENGINEERS, INC. TBPELS Firm Registration Number F-000124 Justin Buchen Geotechnical Staff Engineer DRR/JB/jb Branch Manager TABLE OF CONTENTS 1 INTRODUCTION AND PROJECT DESCRIPTION 1-1 1.1 Introduction 1-1 1.2 Project Description 1-1 2 PURPOSE AND SCOPE OF SERVICES 2-1 3 FIELD PROGRAM 3-1 3.1 Soil Borings 3-1 3.2 Drilling Methods 3-1 3.3 Soil Sampling 3-1 3.4 Boring Logs 3-2 3.5 Groundwater Measurements 3-2 4 LABORATORY SERVICES 4-1 5 SITE AND SUBSURFACE CONDITIONS 5-1 5.1 General 5-1 5.2 Site Description and Surface Conditions 5-1 5.3 Subsurface Conditions 5-1 5.4 Subsurface Soil Properties 5-1 5.5 Groundwater Observations 5-2 5.6 Soil Shrink/Swell Potential 5-2 5.7 Soil Erosion Susceptibility 5-3 6 PRELIMINARY SHEET PILE RETENTION SYSTEM 6-1 6.1 Design Soil Parameters 6-1 6.2 Internal (Rotational) Stability Analyses 6-3 6.3 Sheet Pile Anchor System 6-4 6.4 Global Stability Analyses 6-6 6.5 Sheet Pile Installation/Drivability 6-6 7 PRELIMINARY PAVEMENT RECOMMENDATIONS 6-6 7.1 Discussion 9-1 7.2 Design Review 9-1 7.3 Pavement Section Material 9-1 7.4 Pavement Maintenance 7-5 8 PRELIMINARY EARTHWORK CONSIDERATIONS 8-1 8.1 Site, Subgrade Preparation, and Fill Requirements 8-1 8.2 Drainage 8-2 9 LIMITATIONS AND DESIGN REVIEW 9-1 9.1 Limitations 9-1 9.2 Design Review 9-1 9.3 Construction Monitoring 9-1 TWE Project No. 20.53.036 Report No. 26074 TABLES AND APPENDICES TABLES Table 4-1 Laboratory Testing Program 4-1 Table 5-1 Relationship Between Plasticity Index and Shrink/Swell Potential 5-2 Table 6-1 Recommended Geotechnical Soil Design Parameters Soil Boring B-1 6-2 Table 6-2 Recommended Geotechnical Soil Design Parameters Soil Boring B-2 6-2 Table 6-3 Minimum Sheet Pile Wall Design Parameters Soil Boring B-1 6-3 Table 6-4 Minimum Sheet Pile Wall Design Parameters Soil Boring B-2 6-3 Table 6-5 Net Passive Resistance Soil Boring B-1 6-4 Table 6-6 Net Passive Resistance Soil Boring B-2 6-5 Table 7-1 Flexible Pavement Design Values for 30 year Design 7-2 Table 7-2 Recommended Minimum Typical Flexible Pavement 7-2 Thicknesses for 30 Year Design Table 7-3 Rigid Pavement Design Values for 30 Year Design 7-3 Table 7-4 Recommended Minimum Typical Rigid Pavement 7-4 Thicknesses for 30 Year Design Table 8-1 Compaction Requirements 8-1 APPENDICES Appendix A: Option 3 Drainage Map by LAN Appendix B: Soil Boring Location Plan TWE Drawing No. 20.53.036-1 Appendix C: Log of Project Borings and a Key to Terms and Symbols used on Boring Logs Appendix D: Sheet Pile Wall Global Stability Results Appendix E: Consolidated-Undrained Triaxial Shear Tests Results TWE Project No. 20.53.036 Report No. 26074 1 INTRODUCTION AND PROJECT DESCRIPTION 1.1 Introduction This report presents the results of our preliminary geotechnical engineering study performed for the proposed North Beach Navigable Canal in Corpus Christi, Texas. Our preliminary geotechnical engineering study was conducted in accordance with TWE Proposal No. P20- 0036R1, dated May 18, 2020. The study was authorized by the Subconsulting Agreement between Lockwood, Andrews, and Newnam, Inc. (LAN) and Tolunay-Wong Engineers, Inc. (TWE) and executed by Mr. Stephen A. Gilbreath, P.E. with LAN. 1.2 Project Description We understand that a navigable canal/waterway is being proposed for construction within the North Beach area of Corpus Christi, Texas for purposes of improving drainage characteristics of the area and provide recreational opportunities. The total length of the canal/waterway will be approximately 1.25 miles and vary in width with an average depth of 10 feet. A detailed plan view provided by LAN is located in Appendix A. TWE Project No. 20.53.036 1-1 Report No. 26074 2 PURPOSE AND SCOPE OF SERVICES The purposes of our preliminary geotechnical engineering study were to investigate the general soil and groundwater conditions within the project site and to provide preliminary geotechnical design and construction recommendations for the proposed navigable canal. Our scope of services performed for the project consisted of: 1. Drilling two (2) soil borings to depths of 50-ft within the project site to evaluate subsurface stratigraphy and groundwater conditions; 2. Performing geotechnical laboratory tests on recovered soil samples to evaluate the physical and engineering properties of the strata encountered; 3. Provide preliminary recommendations for drivability of sheet piling, global stability of canal bulkhead sheet pile wall for determination of allowable safety factor, design of anchor wall system for canal bulkhead wall, including passive resistance on the anchor wall and location of anchor wall behind main wall; 4. Provide preliminary design profile and soil parameters for bulkhead wall analysis; 5. Provide guidance for erosion susceptibility/characteristics of soils near the mudline of the sheet piles based on cross section provided by LAN; 6. Provide preliminary geotechnical design recommendations for flexible (asphalt) and rigid (concrete) pavement sections including subgrade preparation and required component thicknesses; and, 7. Provide geotechnical recommendations including subgrade preparation, excavation considerations, fill and backfill placement, and overall quality control monitoring, inspection and testing services. Our scope of services did not include any environmental assessments for the presence or absence of wetlands or of hazardous or toxic materials within or on the soil, air or water within this project site. Any statements in this report or on the boring logs regarding odors, colors or unusual or suspicious items or conditions are strictly for the information of the Client. A geological fault study was also beyond the scope of our services associated with this geotechnical engineering study. TWE Project No. 20.53.036 2-1 Report No. 26074 3 FIELD PROGRAM 3.1 Soil Borings TWE conducted an exploration of subsurface soil and groundwater conditions at the project site on July 7, 2020 by drilling and sampling 2 soil borings to depths of 50-ft below grade. The soil boring locations are presented on TWE Drawing No. 20.53.036-1 and 20.53.036-2 in Appendix B of this report. Drilling and sampling of the soil borings were performed using truck -mounted drilling equipment. Our field personnel coordinated the field activities and logged the boreholes. The boring locations were staked at the site by TWE personnel. The latitude and longitude for each boring location were determined by TWE using a hand operated GPS unit and are presented on the boring logs. The borings were backfilled with soil cuttings and bentonite chips. 3.2 Drilling Methods Field operations were performed in general accordance with the Standard Practice for Soil Investigation and Sampling by Auger Borings [American Society for Testing and Materials (ASTM) D 1452]. Typically, borings are dry-augered using a flight auger to advance the boreholes until groundwater is encountered or until the boreholes become unstable and/or collapse. At that point, soil borings are completed using wash -rotary drilling techniques. Samples were obtained at intervals of 3-ft from existing ground surface to a depth of 10-ft and at intervals of 5-ft thereafter until the boring completion depths of 50-ft were reached. 3.3 Soil Sampling Fine-grained, cohesive soil samples were recovered from the soil borings by hydraulically pushing 3-in diameter, thin -walled Shelby tubes a distance of about 24-in. The field sampling procedures were conducted in general accordance with the Standard Practice for Thin -Walled Tube Sampling of Soils (ASTM D 1587). Our geotechnician visually classified the recovered soils and obtained field strength measurements using a pocket penetrometer. A factor of 0.67 is typically applied to the penetrometer measurement to estimate the undrained shear strength of the Gulf Coast cohesive soils. The samples were extruded in the field, wrapped in foil, placed in moisture sealed containers and protected from disturbance prior to transport to the laboratory. Cohesionless and semi-cohesionless samples were collected with the standard penetration test (SPT) sampler driven 18-in by blows from a 140-1b hammer falling 30-in in accordance with the Standard Test Method for Standard Penetration Test (SPT) and Spilt -Barrel Sampling of Soils (ASTMD 1586). The number of blows required to advance the sampler three (3) consecutive 6-in depths are recorded for each corresponding sample on the boring logs. The N-value, in blows per foot, is obtained from SPTs by adding the last two (2) blow count numbers. The compactness of cohesionless and semi-cohesionless samples are inferred from the N-value. The samples obtained from the split -barrel sampler were visually classified, placed in moisture sealed containers and transported to our laboratory. The recovered soil sample depths with corresponding pocket penetrometer measurements and SPT blowcounts are presented on the boring logs in Appendix C. TWE Project No. 20.53.036 3-1 Report No. 26074 3.4 Boring Logs Our interpretations of general subsurface soil and groundwater conditions at the soil boring locations are included on the boring logs. Our interpretations of the soil types throughout the boring depths and the locations of strata changes were based on visual classifications during field sampling and laboratory testing in accordance with Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) (ASTM D 2487) and Standard Practice for Description and Identification of Soils (Visual -Manual Procedure) (ASTMD 2488). The boring logs include the type and interval depth for each sample along with its corresponding pocket penetrometer measurements and SPT blow counts. The boring logs and a key to terms and symbols used on boring logs are presented in Appendix C. 3.5 Groundwater Measurements Groundwater level measurements were attempted in the open boreholes during dry -auger drilling. Water level readings were attempted in the open boreholes when groundwater was first encountered and after a ten (10) to fifteen (15) minute time period. The groundwater observations are presented on the boring logs and are summarized in Section 5.5 of this report entitled "Groundwater Observations." TWE Project No. 20.53.036 3-2 Report No. 26074 4 LABORATORY SERVICES A laboratory testing program was conducted on selected samples to assist in classification and evaluation of the physical and engineering properties of the soils encountered in the project borings. Laboratory tests were performed in general accordance with ASTM International standards to measure physical and engineering properties of the recovered samples. The types and brief descriptions of the laboratory tests performed are presented in Table 4-1 below. ITable 4-1: Laboratory Testing Program Test Description Test Method Amount of Material in Soils Finer than No. 200 Sieve ASTM D 1140 Water (Moisture) Content of Soil ASTM D 2216 Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D 4318 Density (Unit Weight) of Soil Specimens ASTM D 2937 Unconsolidated-Undrained Triaxial Compressive Strength (UU) ASTM D 2850 Consolidated-Undrained Triaxial Compression w/ Pore Water Pressure ASTM D 4767 Amount of Materials in Soils Finer than No. 200 (75-pm) Sieve (ASTM D 1140) This test method determines the amount of materials in soils finer than the No. 200 (75-µm) sieve by washing. The loss in weight resulting from the wash treatment is presented as a percentage of the original sample and is reported as the percentage of silt and clay particles in the sample. Water (Moisture) Content of Soil by Mass (ASTM D 2216) This test method determines water (moisture) content by mass of soil where the reduction in mass by drying is due to loss of water. The water (moisture) content of soil, expressed as a percentage, is defined as the ratio of the mass of water to the mass of soil solids. Moisture content may provide an indication of cohesive soil shear strength and compressibility when compared to Atterberg Limits. Liquid Limit, Plastic Limit and Plasticity Index of Soils (ASTM D 4318) This test method determines the liquid limit, plastic limit and the plasticity index of soils. These tests, also known as Atterberg limits, are used from soil classification purposes. They also provide an indication of the volume change potential of a soil when considered in conjunction with the natural moisture content. The liquid limit and plastic limit establish boundaries of consistency for plastic soils. The plasticity index is the difference between the liquid limit and plastic limit. TWE Project No. 20.53.036 4-1 Report No. 26074 Unconsolidated Undrained Triaxial Compressive Strength of Cohesive Soil (ASTM D 2850) This test method determines the compressive strength of cohesive soil when subjected to strain - controlled axial load as the sample is subjected to a confining stress. The confining stress generally is that stress the sample is subjected to in the in -situ state. The test method provides an approximate value of shear strength of cohesive materials in terms of confined unconsolidated undrained (UU) stresses. Consolidated-Undrained Triaxial Compression w/ Pore Water Pressure (ASTM D 4767) This test method determines the strength and stress -strain relationships of a cylindrical specimen of an intact saturated cohesive soil. Samples are isotropically consolidated and sheared in compression without drainage at a constant rate of axial deformation (strain controlled). Standard geotechnical laboratory test results and soil properties encountered in the project borings are presented on the logs of borings in Appendix C of this report. Results of consolidated- undrained triaxial compression tests performed on the selected cohesive soil samples obtained for this study are included in Appendix E. TWE Project No. 20.53.036 4-2 Report No. 26074 5 SITE AND SUBSURFACE CONDITIONS 5.1 General Our interpretations of soil and groundwater conditions within the project site are based on information obtained at the soil boring locations only. This information has been used as the basis for our preliminary conclusions and recommendations included in this report. Due to the widely spaced locations of the soil borings, subsurface conditions may vary significantly at areas not explored by the soil borings. Significant variations at areas not explored by the soil borings will require reassessment of our recommendations. 5.2 Site Description and Surface Conditions The general site location for the project is shown on the attached Option 3 Drainage Map provided by LAN as shown in Appendix A of this report. The North Beach Navigable Canal spans from its southern end near Breakwater Ave. north to its northern end near Beach Ave. The current configuration has the canal approximately 1.25 miles in length with various widths and an average depth of ten feet. The site was occupied by existing city streets and commercial, residential, and public buildings at the time of the field exploration. Areas where soil borings were conducted was covered by natural vegetation and gravel. 5.3 Subsurface Conditions Subsurface soil conditions encountered in the project boring B-1 consisted of stiff sandy silty clay (CL-ML) to a depth of 2.5-ft which was underlain by loose silty sand (SM) to a depth of 6.5-ft. Below this depth, loose to medium dense poorly graded sand with silt (SP-SM) was then encountered to a depth of 23-ft. The sands were underlain by very soft to firm lean clay with sand (CL) and fat clay (CH) that extended to a depth of approximately 43-ft. Very loose to loose clayey sand (SC) were then encountered and continued to the termination depth of 50-ft. The initial soil stratum encountered in soil boring B-2 consisted of very stiff sandy silty clay (CL- ML) that extended to a depth of 2.5-ft below the natural ground surface. Below this stratum, loose to very loose intermittent layers of poorly graded sand with silt (SP-SM), poorly graded sand (SP), and clayey sand (SC) were encountered to approximately 23.5-ft. below existing grade. Very soft cohesive soils consisting of lean clay (CL) and fat clay (CH) were then encountered to the termination depth of B-2 at 50-ft below existing grade. The boring logs presenting detailed soil layer classifications and tabulated field and laboratory test results are provided in Appendix C of this report. 5.4 Subsurface Soil Properties In -situ moisture contents of selected cohesive clay samples ranged from 6% to 87%. Results of Atterberg Limits tests on selected clay samples indicated liquid limits (LL) ranging from 22 to 103 with plasticity indices (PI) ranging from 1 to 74. The amount of materials finer than the No. 200 sieve on the selected samples ranged from 60% to 99%. In -situ moisture contents of selected semi- cohesionless and cohesionless sand samples ranged from 18% to 38%. The amount of materials finer than the No. 200 sieve on the selected samples tested for grain size distribution ranged from TWE Project No. 20.53.036 5-I Report No. 26074 3% to 38%. Atterberg Limits testing indicated liquid limits of non -plastic to 30 and plasticity indices of non -plastic to 11 for selected semi-cohesionless and cohesionless sand samples. Undrained shear strengths derived from field pocket penetrometer readings ranged from 0.25-tsf to 0.75-tsf. Undrained shear strengths derived from laboratory unconsolidated-undrained triaxial shear (UU) strength testing ranged from 0.65-tsf to 0.94-tsf with corresponding total unit weights of 62-pcf to 98-pcf. Shear strength of cohesive soils inferred from SPT blow counts generally were similar. Drained shear strengths indicated by laboratory consolidated-undrained triaxial shear (CU) strength testing are presented on the Triaxial Shear Test Reports in Appendix E. Tabulated laboratory test results at the recovered sample depths are presented on the boring logs in Appendix C. 5.5 Groundwater Observations Groundwater observations show groundwater was encountered at both soil boring locations. At soil boring B-1, groundwater was encountered at a depth of about 4.5-ft during dry -auger drilling and, after a 15-minute waiting period, the groundwater level was at a depth of about 3.8-ft. At soil boring B-2, groundwater was encountered at a depth of 4.0-ft during dry -auger drilling and, after a 15-minute waiting period, the groundwater level was at a depth of about 4.8-ft. Groundwater levels would be expected to fluctuate with climatic, seasonal, and tidal variations and should be verified before construction. If accurate determination of the static groundwater level is desired, more permanent standpipe piezometers should be used. Installation of more permanent piezometers to evaluate the long-term groundwater condition was not included within the current scope of services. 5.6 Soil Shrink/Swell Potential The tendency for a soil to shrink and swell with change in moisture content is a function of clay content and type which are generally reflected in soil consistency as defined by the Atterberg Limits. A generalized relationship between shrink/swell potential and the soil plasticity index is shown in Table 5-1 below. . Table 5-1: Relationship Between Plasticity Index and Shrink/Swell Potential Plasticity Index Range Shrink/Swell Potential 0 — 15 Low 15 — 25 Medium 25 — 35 High > 35 Very High 5-2 TWE Project No. 20.53.036 Report No. 26074 The amount of expansion that will actually occur with increase in moisture content is inversely related to the overburden pressure. Therefore, the larger the overburden pressure, the smaller the amount of expansion. Near -surface soils are thus susceptible to shrink/swell behavior because they experience low amounts of overburden. Based on the soil boring data, the shallow clay soils at this site have low potential for shrink/swell movements. 5.7 Soil Erosion Susceptibility The cohesionless granular soils (sands, silty sands, clayey sands) which were encountered above depths of 23-ft to 28-ft in the borings for this study are primarily fine-grained sands, some with abundant fine seashell fragments. These materials will be prone to erosion by becoming part of the water column when subjected to wave action as well as large water velocities below the water surface due to turbulent flow (eddies, jets, etc.). As a result, our analyses of sheet pile walls were based on compete erosion of the sands to a depth of 10-ft below the top of the walls. Protection methods against erosion could consider installation of hardscape (cast -in -place concrete or precast concrete reticulated block) at the intersection of the wall and sand along the inner face of the wall. TWE Project No. 20.53.036 5-3 Report No. 26074 6 PRELIMINARY SHEET PILE RETENTION SYSTEM We understand that the North Beach Navigable Canal will include construction of sheet pile bulkhead walls (anchored or unanchored) on either side of the canal. Furthermore, it is our understanding that steel, concrete, and vinyl sheet piles are being considered for the walls. As part of design, we performed analyses to evaluate the internal (rotational) stability of the sheet pile walls. Minimum allowable pile embedment depths were determined that would result in acceptable factors of safety against internal (rotational) stability. The analyses also provided maximum bending moments and maximum scaled deflections. Global (deep-seated) stability analyses of the walls and their corresponding design soil profiles were performed to verify the embedment depths for the design soil profiles would satisfy acceptable factors of safety against failure. Based on the cross -sections provided by LAN, presented in Appendix A, the top of sheet pile will be approximately-1.5-ft from the top of the concrete walkway located behind the sheet wall. We understand that the water level in front of the sheet pile wall is expected to be-3.5-ft on average from the top of the concrete walkway/bulkhead. In the case of a catastrophic event occurring that would cause complete erosion of the soil along the sheet pile wall, the depth of soil in front of the sheet pile wall of -10-ft below the water surface was used for the analyses. This replicates a worst case scenario and will determine the factors of safety of the walls against global (deep-seated) stability and internal (rotational) stability failure. 6.1 Design Soil Parameters Soil design parameters were developed for both soil borings due to the distance between the two locations and variations in the properties of subsurface soil stratigraphy. Undrained design soil parameters for short-term (end of construction) analyses were developed based on the field and laboratory undrained shear strength measurements and based on our experience. Long-term (drained) design soil parameters were developed based on consolidated-undrained (C-U) triaxial shear tests performed, published correlations with soil index properties and based on our experience. The design soil parameters are presented in Table 6-1 and Table 6-2 on the following page. TWE Project No. 20.53.036 6-I Report No. 26074 Table 6-1 Recommended Geotechnical Soil Design Parameters Soil Boring B-1 Soil Soil Depth Y le Undrained Parameters (Short -Term) Drained Parameters (Long -Term) Layer Description Range (ft) (pcf) (pcf) c (psf) cp (°) S (°) a (psi Ka K. ° K. e50 k (pci) c' (psf) cp' (°) 5 (°) a (psi Ka K P K. 1 Stiff Clay 0 - 2.5 120 58 1,000 0 0 450 1.00 1.00 1.00 0.007 200 0 24 12 0 0.42 2.37 0.59 2 Loose Sand 2.5 - 5 110 48 0 27 14 0 0.38 2.66 0.55 - 20 0 27 14 0 0.38 2.66 0.55 3 Medium 6.5 - 115 53 0 27 14 0 0.38 2.66 0.55 - 60 0 27 14 0 0.38 2.66 0.55 Dense Sand 18 4 Loose Sand 18 - 23 110 48 0 27 14 0 0.38 2.66 0.55 - 20 0 27 14 0 0.38 2.66 0.55 5 Very Soft Clay 23 - 33 105 43 200 0 0 150 1.00 1.00 1.00 0.02 30 0 18 9 0 0.53 1.89 0.69 6 Firm Clay 33 - 38 117 55 650 0 0 350 1.00 1.00 1.00 0.02 100 0 27 14 0 0.38 2.66 0.55 7 Soft Clay 38 - 43 110 48 400 0 0 250 1.00 1.00 1.00 0.02 30 0 18 9 0 0.53 1.89 0.69 8 Loose Sand 43 - 48 110 48 0 27 14 0 0.38 2.66 0.55 - 20 0 27 14 0 0.38 2.66 0.55 9 Very Loose Sand 48 - 50 105 43 0 27 14 0 0.38 2.66 0.55 - 20 0 27 14 0 0.38 2.66 0.55 Legend: Ka = Active Earth Pressure Coefficient Notes: y = Total Unit Weight K,, = Passive Earth Pressure Coefficient 1) Approximate depths are from existing ground surface at the y' = Submerged Unit Weight K0 = At -Rest Earth Pressure Coefficient soil boring locations. c = Cohesion k = Soil Modulus Parameter 2) Plasticity index (P1) was used to provide a correlation of 9 = Friction Angle (Undrained Conditions Only) effective friction angle for clay soils. 6 = Angle of Wall Friction (Steel Sheet Pile) e50 = Soil Strain Parameter for Clay Soils a = Adhesion (50% undrained strength) Table 6-2 Recommended Geotechnical Soil Design Parameters Soil Boring B-2 Soil Layer Soil Description Depth Range (ft) Y (pcf) Y' (pcf) Undrained Parameters (Short -Term) Drained Parameters (Long K. -Term) K. K0 c (psf) cp () S (°) a (psf) Ka K. K. e50 k (pci) c' (psf) cp' (°) S (1 a (psf) 1 Very Stiff Clay 0 - 2.5 120 58 2,800 0 0 650 1.00 1.00 1.00 0.007 200 0 27 14 0 0.38 2.66 0.55 2 Very Loose Sand 2.5 - 5 105 43 0 27 14 0 0.38 2.66 0.55 - 20 0 27 14 0 0.38 2.66 0.55 3 Loose Sand 13.5 110 48 0 27 14 0 0.38 2.66 0.55 - 20 0 27 14 0 0.38 2.66 0.55 4 Very Loose to Loose Sand 13.5 - 28 5 105 43 0 27 14 0 0.38 2.66 0.55 - 20 0 27 14 0 0.38 2.66 0.55 5 Vcry Cla Soft 5 238 - 105 43 250 0 0 150 1.00 1.00 1.00 0.02 30 0 26 13 0 0.39 2.56 0.56 6 Vcry Soft Clay 38 - 43 105 43 940 0 0 425 1.00 1.00 1.00 0.01 200 100 31 16 0 0.32 3.12 0.48 7 Very Soft Clay 43 - 47 105 43 940 0 0 425 1.00 1.00 1.00 0.01 200 100 31 16 0 0.32 3.12 0.48 8 Firm Clay 47 - 50 115 53 940 0 0 425 1.00 1.00 1.00 0.01 200 100 31 16 0 0.32 3.12 0.48 Legend: K;, = Active Earth Pressure Coefficient Unit Weight Kp = Passive Earth Pressure Coefficient Unit Weight K,, = At -Rest Earth Pressure Coefficient k = Soil Modulus Parameter Angle (undrained Conditions Only) of Wall Friction (Steel Sheet Pile) e50 = Soil Strain Parameter for Clay Soils (50% undrained strength) Notes: depths are from existing ground surface at the boring locations. index (P1) was used to provide a correlation of friction angle for clay soils. y = Total y' = Submerged c = Cohesion W = Friction 6 = Angle a = Adhesion 1) Approximate soil 2) Plasticity effective 6-2 TWE Project No. 20.53.036 Report No. 26074 6.2 Internal (Rotational) Stability Analyses The objectives of our analyses were to determine the minimum required sheet pile lengths (design embedment), maximum bending moment in the sheet pile sections and the loading that the anchoring system will experience per foot section of the sheet pile wall. Soil design parameters were determined by analyzing the soil stratigraphy of borings that were conducted at boring locations presented on TWE Drawing No. 20.53.036-1 and 20.53.036-2 in Appendix B of this report. We analyzed the proposed sheet pile wall sections for internal (rotational) stability using the computer program CWALSHT developed by the U.S. Army Corps of Engineers (USACE) at the Engineering Research & Development Center in Vicksburg, Mississippi. CWALSHT uses classical methods of sheet pile analysis based on limit equilibrium methods in accordance with USACE EM 1110-2-2503 (Design of Sheet Pile Wall). The results of the rotational stability analyses for each location are located in Table 6-3 and Table 6-4 below. Factors of safety of 1.0 and 1.5 were used for active and passive pressure, respectively. Table 6-3 : Minimum Sheet Pile Wall Design Parameters Soil Boring B-1 Minimum Design Parameter Anchored Cantilever Embedment Depth 12-ft 23-ft Overall Height 22-ft 33-ft Maximum Bending Moment 60 kip -in 325 kip -in Maximum Scaled Deflection 3.0370 x 10^8 lb-in^3 1.9079 x 10^10 lb-in^3 Anchor Load 1,650 lb/ft --- Table 6-4 : Minimum Sheet Pile Wall Design Parameters Soil Boring B-2 Minimum Design Parameter Anchored Cantilever Embedment Depth 13-ft 22-ft Overall Height 23-ft 32-ft Maximum Bending Moment 85 kip -in 410 kip -in Maximum Scaled Deflection 3.3016 x 10^8 lb-in^3 1.9300 x 10^10 lb-in^3 Anchor Load 1,680 lb/ft --- The following formulas are used to find the minimum required section modulus and top of wall deflection for steel, vinyl, and concrete sheet pile sections: 6-3 TWE Project No. 20.53.036 Report No. 26074 S = Mm 6a I TOW = Where; S = Minimum Required Section Modulus for a Sheet Pile Section in in3 M,,,, = Maximum Bending Momement in kip — in 6a = Allowable Yield Stress of Material in kip/in2 * ATOW= Top of Wall Deflection in inches Dms= Maximum Scaled Deflection in lb — in3 E = Modulus of Elasticity for Material in lbs/in2 I = Moment of Inertia for Sheet Pile Section in in4 * It should be noted that the allowable stress for steel, concrete and vinyl require a factor of reduction before application these reductions are as follows; 6a of concrete = 0.6 * f' (minimum f'c of 5000 psi) as of vinyl and steel = 0.5 * fy 6,ms El 6.3 Sheet Pile Anchor System We performed analyses for passive resistance and active resistance to determine the net passive resistance acting on the sheet pile wall anchoring system for both boring locations. The passive resistance and active resistance were calculated using the long-term (drained) design soil parameters for each soil boring location. The design soil parameters can be found in Table 6-1 and Table 6-2 in section 6.1, "Design Soil Parameters" above. Our analysis assumed that the connection of the anchoring system to the sheet pile wall will be located at the sheet pile cap (top of sheet pile wall). The results of the analysis are provided in Table 6-5 and Table 6-6 below. Table 6-5 Net Passive Resistance Soil Boring B-1 Kp = 2.66, Ka = 0.375 Groundwater level = 4 ft below existing grade Depth Below Grade (ft) Unit Weight of Soil (PCF) Effective Overburden Pressure (PSF) Factored Passive Resistance (PSF) Active Resistance (PSF) Net Passive Resistance (PSF) 0 120 0 0 0 0 2.5 120 300 399 113 287 6.5 110 584 777 219 558 15 115 1031 1371 387 985 Note: Net passive resistance is based on passive resistance factored by 2 against failure. 6-4 TWE Project No. 20.53.036 Report No. 26074 Table 6-6 Net Passive Resistance Soil Boring B-2 Kp = 2.66, Ka = 0.375 Groundwater level = 4 ft below existing grade Depth Below Grade (ft) Unit Weight of Soil (PCF) Effective Overburden Pressure (PSF) Factored Passive Resistance (PSF) Active Resistance (PSF) Net Passive Resistance (PSF) 0 120 0 0 0 0 2.5 120 300 399 113 287 5 105 500 665 188 478 10 110 738 982 277 705 15 105 969 1288 363 925 Note: Net passive resistance is based on passive resistance factored by 2 against failure. Anchor Location In consideration of sheet pile anchor placement relative to the sheet pile wall a distance sufficient to utilize the full factored net passive resistance was calculated. Based on our analysis of the active earth pressure wedge behind the sheet pile wall and the passive pressure wedge in front of the anchor, a minimum distance of thirty (30) linear feet from the top of the sheet pile wall should be maintained for all anchoring systems. A minimum depth of embedment of 2.5-ft should be observed for all anchors used for this sheet pile wall; however, the embedment depth should provide sufficient overburden pressure and net passive resistance to resist uplift pressure and the anchor loads as presented in Table 6-3 and Table 6-4 of section 6.2 "Internal (Rotational) Stability ". Preferably, the top of the anchoring system should be above the observed groundwater levels to avoid excessive uplift pressure. Anchor System Installation Anchors meeting or exceeding the stated criteria in section 6.2, "Internal (Rotational) Stability), and in the above section may consist of either concrete dead man, steel member, or sheet pile wall attached to the pile with tie rods, or tiebacks with grouted anchors (soil nails), or helical piles, or various configurations of steel or concrete piles. Anchor forces, soil pressures and water loads are affected by the method of construction and construction practices. The sequence of tightening tie rods should be specified to prevent overstresses in isolated sections of the sheet pile wall. Anchors and tie rods should be placed and tightened in a uniform manner so that no overstresses may occur. Backfilling above the anchor elevation should be carefully controlled to prevent bending of the tie rods. The backfill material should be controlled, and the thickness of compacted layers should be limited to ensure proper compaction and drainage of the back fill material. TWE Project No. 20.53.036 6-5 Report No. 26074 6.4 Global Stability Analyses We performed global stability analyses of the sheet pile wall section using the computer program Slide 7.0 (Rocscience 2018) to determine the adequacy of the sheet pile embedment obtained from the internal (rotational) stability criteria. Slide is a 2D limit equilibrium slope stability program for evaluating the safety factor, or probability of failure, of circular or non -circular failure surfaces in soil or rock slopes. Slide analyzes the stability of slip surfaces using vertical slice limit equilibrium methods. Global stability analysis was performed using Spencer's (1967) method for short-term conditions, using undrained (total stress) parameters, and long-term conditions using drained (effective stress) parameters. Spencer's (1967) method satisfies both force and moment equilibriums. The results of our global stability evaluations are presented in Appendix D of this report. According to the guidance provided in U.S. Army Corps of Engineers (USACE) Engineer Manual for Slope Stability (EM 1110-2-1902), the minimum required factor of safety considered appropriate for short-term (undrained) and long-term (drained) stability analysis are 1.3 and 1.5, respectively. Based on the results of our analyses, the global stability factor of safety for short-term and long- term conditions, for the sheet pile embedment depth and design soil parameters considered, exceed the minimum required factors of safety. 6.5 Sheet Pile Installation/Drivability The most common methods of installing sheet pile walls include driving, jetting and trenching. The type of sheet piling will often govern the method of installation. There are several types of driving hammers that are available for sheet pile installation and can be broken down into two separate categories; impact and vibratory hammers. Vibratory hammers are generally the faster method of pile installation depending on the soil stratigraphy however if a penetration rate of 1-ft per minute or less is experienced the vibratory hammer should be discontinued and an impact hammer implemented. The prolonged use of a vibratory hammer in hard soil conditions can cause damage to pile interlocks. The selection of the type or size of the hammer is based on the soil in which the pile is driven, size of pile, and depth of penetration. When impact hammers are used the hammer should be appropriately sized and a protective cap utilized to prevent excessive damage to the pile. To ensure that piles are placed and driven to the correct alignment, a guide structure or templates should be used. At least two templates should be used in driving each pile or pair of piles. Jetting is usually used to penetrate strata of dense cohesionless soils. Jetting should be performed on both sides of the piling simultaneously and discontinued during the last 5-ft to 10-ft of pile penetration. Adequate steps must be taken to ensure the control, treatment, and disposal of runoff water. Sheet piling should not be driven more than 1/8 inch per foot out of plumb either in the plane of the wall or perpendicular to the plane of the wall. Due to soil stratigraphy and intended application of the sheet pile wall trenching is not a recommended method of installation for the sheet pile sections. Since the anticipated subsurface soil conditions largely include very loose to loose sands and very soft to soft clays, jetting should not be required for this site. TWE Project No. 20.53.036 6-6 Report No. 26074 Additionally, we do not expect unusual difficult sheet pile placement for the subsurface conditions encountered in the borings for this project. Although we expect that vibratory placement of sheet piles can be accomplished for these subsurface conditions, we recommend a sheet pile contractor be contacted to confirm this conclusion. If additional detailed information regarding drivability for steel sheet piling, prestressed concrete sheet piling, or vinyl sheet piling is desired, please refer to US Army Corps of Engineers, EM1110-2-2504, March 31, 1994, Design of Sheet Pile Walls publication. TWE Project No. 20.53.036 6-7 Report No. 26074 7 PRELIMINARY PAVEMENT RECOMMENDATIONS 7.1 Discussion Preliminary pavement recommendations for improvement of existing roadways at North Beach are provided below. Possible other improvements may include replacement of existing utilities and addition of new traffic control lights. 7.2 Design Review The methods used in our pavement analysis can be found in the AASHTO, Guide for Design of Pavement Structures. Traffic conditions provided the City of Corpus Christi for local non- residential traffic were used for design purposes using a 30-year design life. An annual traffic growth rate of 0.2% was used in accordance with city requirements. 7.2.1 Flexible Pavement Design The primary design requirements needed for flexible pavement design according to the Pavement Design Guide include the following: • Material Layer Coefficient; • Soil Resilient Modulus, psi; • Serviceability Indices; • Drainage Coefficient; • Overall Standard Deviation; • Reliability, %; and, • Design Traffic, 18-lip Equivalent Single Axle Load (ESAL) • Design Average Daily Traffic (ADT) • Design % Truck The design values used for our analyses are presented in Table 7-1 on the following page for 30- yr design life. TWE Project No. 20.53.036 7-1 Report No. 26074 Table 7-1 Flexible Pavement Design Values for 30 year Design —. Description Value Design ADT and % Truck(i) Average Daily Traffic (ADT) n/a % Truck n/a Material Coefficients Hot Mix Asphalt Concrete (HMAC), Type D 0.44 HMAC, Type B 0.40 Crushed Limestone (Type A, Grade 2 or better) [CLB] 0.14 Crushed Concrete (CC) 0.12 Lime Stabilized Subgrade (LSS) 0.08 Compacted Subgrade 0.035 Serviceability Indices Initial 4.2 Terminal 2.5 Soil Resilient Modulus 3,100-psi Drainage Coefficient 1.0 Overall Standard Deviation 0.45 Reliability 80% Design Traffic, 18-kip Equivalent Single Axle Load (ESAL) 1,000,000 Structural Number Required 4.52 (1) The Average Daily Traffic and the % truck were provided and determined by using the traffic data parameters regarding local non-residential traffic provided by City of Corpus Christi. Table 7-2 Recommended Minimum Typical Flexible Pavement Thicknesses for 30 Year Design Pavement Option HMAC, Type D HMAC, Type B CLB CC CS SN A 3.0-in 3.0-in 8.0-in --- 12.0-in 4.60 B 2.5-in 3.0-in 8.0-in* --- 8.0-in 4.76 C 3.0-in 3.0-in --- 9.0-in 12.0-in 4.56 D 2.5-in 3.0-in --- 8.0-in* 8.0-in 4.57 (*) A layer of geogrid (Tensar TX-5 or equivalent) installed at the bottom of the crushed limestone or crushed concrete base. HMAC = Hot Mix Asphalt Concrete CLB = Crushed Limestone Base (Type A, Grade 1-2) CC = Crushed Concrete (Type D, Grade 1-2) CS = Compacted Subgrade SN = Structural Number TWE Project No. 20.53.036 7-2 Report No. 26074 It should be noted that the upper 2.5-ft of soil at both boring locations exhibit low plasticity properties similar to a lime stabilized subgrade and can be treated as such. Thus, low plasticity subgrade materials were used for the pavement analyses. Sufficient monitoring and testing should be done to observe that these properties are homogenous throughout the segments of roadway that may be reconstructed. Existing roadways consisting of one of the above sections or similar may meet the City of Corpus Christi criteria for a local non-residential roadway with a 30-year lifespan at 80% reliability. Field explorations such as coring can be implemented in order to determine the viability of the North Beach roadway segments. As it stands now there is little to no drainage systems in place along the two referenced roadways and consideration for flood mitigation and drainage should be taken. 7.2.2 Rigid Pavement Design The primary design requirements needed for rigid pavement design according to the AASHTO Guide include the following: • 28-day Concrete Modulus of Rupture, psi; • 28-day Concrete Elastic Modulus, psi; • Effective Modulus of Subgrade Reaction, pci (k-value); • Serviceability Indices; • Load Transfer Coefficient; • Drainage Coefficient; • Overall Standard Deviation; • Reliability, %; and, • Design Traffic, 18-kip Equivalent Single Axle Load (ESAL) The design values used for our analyses are presented in Table 7-3 below for 30-yr design life. Table 7-3 Rigid Pavement Design Values for 30 Year Design Description Value 28-day Concrete Modulus of Rupture 620-psi 28-day Concrete Elastic Modulus 3,860,000-psi Effective Modulus of Subgrade Reaction 110-pci Serviceability Indices Initial 4.5 Terminal 2.5 Load Transfer Coefficient Continuously Reinforced 2.6 Plain 3.2 Drainage Coefficient 1.0 Overall Standard Deviation 0.39 Reliability 80% Design Traffic, 18-kip Equivalent Single Axle Load (ESAL) 1,000,000 7-3 TWE Project No. 20.53.036 Report No. 26074 Table 7-4 below provides the recommended minimum typical rigid pavement sections derived from our analysis using the AASHTO Pavement Design Guide. Table 7-4 Recommended Minimum Typical Rigid Pavement Thicknesses for 30 Year Design Pavement Option PCC BB CLB CS Continuously Reinforced 6.0-in 1.0-in 7.0-in 12.0-in Plain 7.0-in 1.0-in 7.0-in 12.0-in. PCC = Portland Cement Concrete BB = Bond Breaker (HMAC, Type B or D) CLB = Crushed Limestone Flexible Base (TxDOT, Item 247, Type A, Grade 1-2) CS = Compacted Subgrade 7.3 Pavement Section Material Hot Mix Asphalt Concrete (HMAC) HMAC should conform to Item 340, "Dense -Graded Hot -Mix Asphalt" of the Texas Department of Transportation (TxDOT) 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. The HMAC should provide a minimum tensile strength (dry) of 85 to 200 psi when tested in accordance with TxDOT Test Method Tex-226-F, and should be compacted at 92% to 96% of the theoretical density as determined from the asphaltic mixture design prepared in accordance with TxDOT Test Method Tex-207-F "Determining Density of Compacted Bituminous Mixtures". Portland Cement Concrete (PCC) PCC should be provided in accordance with TxDOT Item 421 "Hydraulic Cement Concrete", 2014. Concrete should be designed to meet a minimum average flexural strength (modulus of rupture) of at least 620-psi at 28-days or a minimum average compressive strength of 4,500-psi at 28-days. Reinforcing steel consisting of deformed steel rebar should be used in accordance with TxDOT Item 440 "Reinforcing Steel." The first few loads of concrete should be checked for slump, air and temperature on start-up production days to check for concrete conformance and consistency. Concrete should be sampled and strength test specimens [two (2) specimens per test] prepared on the initial day of production and for each 400-yd2 or fraction thereof of concrete pavement thereafter. At least one (1) set of strength test specimens should be prepared for each production day. Slump, air and temperature TWE Project No. 20.53.036 7-4 Report No. 26074 tests should be performed each time strength test specimens are made. Concrete temperature should also be monitored to ensure that concrete is consistently within the temperature requirements. Crushed Limestone Base (CLB) CLB should conform to City of Corpus Christi Standard Construction Specification (COCC) Section 025223 "Flexible Base" and should be moisture conditioned to -2% to +2% of the optimum moistures and compacted to at least 98 percent of the maximum dry densities determined by Modified Proctor (ASTM D 1557) and Standard Proctor (ASTM D 698) for flexible pavement sections and rigid pavement sections, respectively. Crushed Concrete (CC) CC should conform to TxDOT Item 247, Type D, Grade 1-2 and should be compacted in the same manner to CLB and can be substituted at the same thickness as CLB. Compacted Subgrade (CS) After completion of necessary stripping and clearing, the exposed soil subgrade should be carefully evaluated by probing and testing. Any unsuitable material (shell, gravel, and organic material, wet, soft or loose soil) still in place should be removed. The exposed soil subgrade should be further evaluated by proofrolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing at least 20-tons to ensure that soft or loose material does not exist beneath the exposed soils. Proofrolling procedures should be observed routinely by a qualified representative of TWE. Any undesirable material revealed should be removed and replaced in a controlled manner with soils similar in classification or select fill. Once final subgrade elevation is achieved and prior to placement of crushed limestone base, or crushed concrete material, the exposed surface of the pavement subgrade soil should be scarified to a depth of 12-in. and compacted in two, 6-in lifts, each to a minimum 95% of the maximum dry density as determined by Standard Proctor (ASTM D 698) at a moisture content within the range of 3% above optimum. Crushed limestone base, or crushed concrete material should be promptly placed on the compacted, tested, and accepted subgrade. 7.4 Pavement Maintenance Periodic maintenance of the roadway should be performed over the life of the pavement structure. Maintaining the roadway to prevent infiltration of water into the crushed limestone base material and subgrade soils is essential. Allowing water to infiltrate these materials will result in high maintenance costs and premature failures. TWE Project No. 20.53.036 7-5 Report No. 26074 8 PRELIMINARY EARTHWORK CONSIDERATIONS 8.1 Site, Subgrade Preparation, and Fill Requirements Soils for backfilling behind the sheet pile walls and site filling above or below critical structures (sheet pile anchors or streets) should be placed in controlled and compacted lifts per the recommendations below in Section 8.2 of this report. Areas designated to receive fill at the site should be stripped of all surface vegetation, loose topsoil and major root systems. Any subgrade to receive fill soils, pavements, or flatwork should be proof rolled with at least a 20-ton pneumatic roller, loaded dump truck, or equivalent, to detect weak areas. Such weak areas should be removed and replaced with soils exhibiting similar classification, moisture content, and density as the adjacent in -place soils. The exposed subgrades to receive fill as well as subsequent fill materials should be compacted as indicated below in Table 8.1. T Table 8-1: Compaction Requirements Subgrade/Fill Type Required Compaction Level Required Moisture Level Subgrades for General Fill 92%-95% of ASTM D 698 -2% to +3% of optimum Subgrades for Wall Backfill 90%-92% of ASTM D 698 -2% to +3% of optimum Subgrades for Select Fill 95%+ of ASTM D 698 -2% to +3% of optimum General Site Fills 92%-95% of ASTM D 698 -2% to +3% of optimum Fills behind Sheet Pile Walls 90%-92% of ASTM D 698 -2% to +3% of optimum Select Fills 95%+ of ASTM D 698 -2% to +3% of optimum General site fill for this project should consist of a clean clayey sands (SC), silty sands (SM), low plasticity clays (CL), high plasticity clays (CH) or any combination of these materials with a liquid limit of less than 50 and a plasticity index between 20 and 30. The general fill should be placed in thin lifts, not exceeding 8-in. loose measure, and compacted as indicated above in Table 8.1. Backfill material for placement behind sheet pile walls for this project should consist of a clean poorly graded sands (SP), well graded sands (SW), clayey sands (SC), or silty sands (SM) or any combination of these materials with a liquid limit of less than 30 and a plasticity index between 0 and 15. The backfill materials should be placed in thin lifts, not exceeding 8-in. loose measure, and compacted as indicated above in Table 8.1. Select fill for this project should consist of a clean low -plasticity sandy clay (CL) or clayey sand (SC) material with a liquid limit of less than 40 and a plasticity index between 7 and 20. The select fill should be placed in thin lifts, not exceeding 8-in. loose measure, and compacted as indicated above in Table 8.1. TWE Project No. 20.53.036 8-I Report No. 26074 Prior to any filling operations, samples of the proposed borrow materials should be obtained for soil classification and laboratory moisture -density testing. The tests will provide a basis for evaluation of fill compaction by in -place density testing. A qualified soil technician should perform sufficient in - place density tests during the earthwork operations to verify that proper levels of compaction are being attained. 8.2 Drainage The performance of the sheet pile wall, foundation systems, and site pavement/flatwork will not only be dependent upon the quality of construction but also upon the stability of the moisture content of the near surface soils. Therefore, we highly recommend that site drainage be developed so that ponding of surface runoff near structures or pavements/flatwork does not occur. Accumulations of water near structures or pavements/flatwork could cause significant moisture variations in the soils adjacent to the foundations and pavements/flatwork thus increasing the potential for structural distress. TWE Project No. 20.53.036 8-2 Report No. 26074 9 LIMITATIONS AND DESIGN REVIEW 9.1 Limitations This revised report has been prepared for the exclusive use of Lockwood, Andrews and Newnam, Inc. and the project team for specific application to the design of the proposed North Beach Navigable Canal located in Corpus Christi, Texas. Our report has been prepared in accordance with the generally accepted geotechnical engineering practice common to the local area. No other warranty, express or implied, is made. The analyses and recommendations contained in this report are based on the data obtained from the referenced subsurface explorations within the project site. The soil boring indicates subsurface conditions only at the specific location, time and depth penetrated. The soil borings do not necessarily reflect strata variations that could exist at other locations within the project site. The validity of our recommendations is based in part on assumptions about the stratigraphy made by the Geotechnical Engineer. Such assumptions may be confirmed only during construction of the project. Our recommendations presented in this report must be reevaluated if subsurface conditions during the construction phase are different from those described in this report. If any changes in the nature, design or location of the project are planned, the conclusions and recommendations contained in this revised report should not be considered valid unless the changes are reviewed, and the conclusions modified or verified in writing by TWE. TWE is not responsible for any claims, damages or liability associated with interpretation or reuse of the subsurface data or engineering analyses without the expressed written authorization of TWE. 9.2 Design Review Review of the design and construction drawings as well as the specifications should be performed by TWE before release. The review is aimed at determining if the geotechnical design and construction recommendations contained in this revised report have been properly interpreted. Design review is not within the authorized scope of work for this study. 9.3 Construction Monitoring Construction surveillance is recommended and has been assumed in preparing our recommendations. These field services are required to check for changes in conditions that may result in modifications to our recommendations. The quality of the construction practices will affect performance and should be monitored. TWE would be pleased to provide construction monitoring, testing and inspection services for the project. TWE Project No. 20.53.036 9-1 Report No. 26074 APPENDIX A PROJECT INFORMATION OF LOCKWOOD, ANDREWS AND NEWNAM NORTH BEACH NAVIGABLE CANAL CROSS SECTIONS TWE Project No. 20.53.036 Report No. 26074 APPENDIX B SOIL BORING LOCATION PLAN TWE DRAWING NO. 20.53.036-1 AND 20.53.036-2 TWE Project No. 20.53.036 Report No. 26074 mmommommil I ,,r z 0 a 0 0) A olunay-Wong Engineers, Inc q) 11G}MI0111 � A E. 744,t APPENDIX C LOGS OF PROJECT BORINGS AND A KEY TO TERMS AND SYMBOLS USED ON BORING LOGS TWE Project No. 20.53.036 Report No. 26074 LOG OF BORING B-1 PROJECT: North Beach Navigable Canal CLIENT: Lockwood, Andrews & Newnam, Inc. Coprus Christi, Texas Corpus Christi, Texas DEPTH (ft) SAMPLE TYPE SYMBOL/USCS COORDINATES: N 27° 49' 01.6" w 97° 23' 30.9" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0.0-ft. to 6.0-ft. Wash Bored: 6.0-ft. to 50.0-ft. (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST (blows/ft) MOISTURE CONTENT (%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED MATERIAL DESCRIPTION ,g.a S Stiff dark gray SANDY SILTY CLAY (CL-ML) with shells 7/6" 8/6" 5/6" 23 2 L Loose tan and gray SILTY SAND (SM) with shells 1/6" 1/6" 5/6" 4/6" 4/6" 5/6" 18 NP NP 29 5 = = �•Medium ,,1`:., dense tan POORLY GRADED SAND with SILT (SP- SM) with abundant shells 3/6" 0/6" 19 7 1:l': rr : ?''` • rr.a :r :t r , p r:i s• ` , Medium dense gray POORLY GRADED SAND with SILT (SP-SM) -becomes loose 2/6" 6/6" 4/6" 7/6" 9/6" 3/6" 2/6" 3/6" 22 24 9 5 - 15i - 20 f -30,; - 35 COMPLETION DEPTH: 50 ft DATE BORING STARTED: 7-6-20 DATE BORING COMPLETED: 7-6-20 LOGGER: J.Gonzales PROJECT NO.: 20.53.036 TOLUNAY-WONG REMARKS: Free water was encountered at a depth of 4.5-ft. below existing grade during dry auger drilling. After a 15 minute waiting period, water was at a depth of 3.8-ft. At completion of drilling and sampling, the open bore hole was back filled with soil cuttings and bentonite pellets. � ,R Pagel of2 (g' ENGINEERS, INC. LOG OF BORING B-1 PROJECT: North Beach Navigable Canal CLIENT: Lockwood, Andrews & Newnam, Inc. Coprus Christi, Texas Corpus Christi, Texas DEPTH (ft) SAMPLE TYPE SYMBOL/USCS COORDINATES: N 27° 49' 01.6" w 97° 23' 30.9" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST (blows/ft) MOISTURE CONTENT (%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0.0-ft. to 6.0-ft. Wash Bored: 6.0-ft. to 50.0-ft. MATERIAL DESCRIPTION 35 Soft gray FAT CLAY (CH) with iron oxide stains (P) 0.5 14 62 93 68 97 (2) -40 > . r, .— /'` Loose tan and gray CLAYEY SAND (SC) with sand seams 3/6" 3/6" 5/6" -45 /. /l/ )(' '/ / / z -becomes very loose 1/6" 2/6" 1/6" 25 16 50 Bottom @ 50' -55- -60- -65- -70- COMPLETION DEPTH: 50 ft REMARKS: Free water was encountered at a depth of 4.5-ft. below existing grade during dry DATE BORING STARTED: 7-6-20 auger drilling. After a 15 minute waiting period, water was at a depth of 3.8-ft. At DATE BORING COMPLETED: 7-6-20 completion of drilling and sampling, the open bore hole was back filled with soil LOGGER: J.Gonzales cuttings and bentonite pellets. PROJECT NO.: 20.53.036 TOLUNAY-WONG (g' � ,R ENGINEERS, INC. Page2 of 2 LOG OF BORING B-2 PROJECT: North Beach Navigable Canal CLIENT: Lockwood, Andrews & Newnam, Inc. Coprus Christi, Texas Corpus Christi, Texas DEPTH (ft) SAMPLE TYPE SYMBOL/USCS COORDINATES: N 27° 49' 46.8" w 97° 23' 02.7" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0.0-ft. to 6.0-ft. Wash Bored: 6.0-ft. to 50.0-ft. (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST (blows/ft) MOISTURE CONTENT (%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED MATERIAL DESCRIPTION $ V Very stiff dark gray SANDY SILTY CLAY (CL-ML) with shells 10/6" 13/6" 10/6" 6 22 1 60 LE, ' Very loose tan POORLY GRADED SAND with SILT with shells - becomes loose -with abundant shells 2/6" 1/6" 1/6" 3/6" 2/6" 3/6" 3/6" 2/6" 19 NP NP 10 .E 1°',P:.i:77(SP-SM) 5 _ —•- .` r i : c Loose gray POORLY GRADED SAND (SP) 2/6" 3/6" 3/6" 26 10.'.:. "" F Very loose gray CLAYEY SAND (SC) with sand seams -becomes loose -becomes veryloose 1/6" W.O.H 3/6" 4/6" 6/6" W.O.H 36 34 NP 30 NP 11 15 38 -15--"' ✓ri. ...,. ..r /ii:i iiry /./i i t' 7/ r r ;v;; 20 /. ` r, . r z /./ , it/2 ,rrr iiii !i/✓ .rr, rr „ -25,• ' .rr. .ii:/ Very soft gray LEAN CLAY (CL) with silt seams and shell fragments W.O.H W.O.H - 30 j j j _35� COMPLETION DEPTH: 50 ft DATE BORING STARTED: 7-7-2020 DATE BORING COMPLETED: 7-7-2020 LOGGER: J.Gonzales PROJECT NO.: 20.53.036 TOLUNAY-WONG REMARKS: Free water was encountred at a depth of 4.0-ft. below existing grade during dry auger drilling. After a 15 minu e waiting period, water was at a depth of 4.8-ft. At completion of drilling and sampling, the open bore hole was back filled with soil cuttings and bentonite pellets. � ,R Page1 of2 (g' ENGINEERS, INC. LOG OF BORING B-2 PROJECT: North Beach Navigable Canal CLIENT: Lockwood, Andrews & Newnam, Inc. Coprus Christi, Texas Corpus Christi, Texas DEPTH (ft) SAMPLE TYPE SYMBOL/USCS COORDINATES: N 27° 49' 46.8" w 97° 23' 02.7" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0.0-ft. to 6.0-ft. Wash Bored: 6.0-ft. to 50.0-ft. (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST (blows/ft) MOISTURE CONTENT (%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED MATERIAL DESCRIPTION 35 OF j (P) 0.25 87 98 39 21 87 (2) j -40 Very soft FAT CLAY (CH) with sand seams -becomes firm with silt seams (P) 0.5 (P) 0.5 64 51 69 103 74 0.94 2.9 (21) 99 93 (1) -45 50 Bottom @ 50' -55- -60- -65- -70- COMPLETION DEPTH: 50 ft DATE BORING STARTED: 7-7-2020 DATE BORING COMPLETED: 7-7-2020 LOGGER: J.Gonzales PROJECT NO.: 20.53.036 TOLUNAY-WONG REMARKS: Free water was encountred at auger drilling. After a 15 minu completion of drilling and sampling, cuttings and bentonite pellets. (3' � ,R ENGINEERS, INC. a depth of 4.0-ft. below existing grade during dry e waiting period, water was at a depth of 4.8-ft. At the open bore hole was back filled with soil Page2 of 2 APPENDIX D SHEET PILE WALL GLOBAL STABILITY RESULTS TWE Project No. 20.53.036 Report No. 26074 L O a -a N 27 27 18 27 N c ,o a Q L D- 0 u 0 0 0 0 0 0 0 Strength Type E L O 2 O o LL E L O 20 o L E L O 2 O 0 L E t O O 0 LL E L O 2 O 0 L E t O O 0 LL E t O 2 O 0 Unit Weight (Ibs/ ft3) 120 �O ci ci ci 105 ci ci 1O ,-1 , i O O u Material Name Stiff Fat Clay Loose Sand Med-Dense Sand Very Soft Lean Clay Firm Lean Clay Soft Lean Clay Very Loose Sand Oti O CO O N - O O 0 North Beach Navigable Canal Master Scenario Tolunay-Wong Engineers, Inc. B-1 Long -Term Anchored v E N N co 0) u c 1 1 fu ( I V 0 SLIDEINTERPRET 9.007 0 6o N 16 L a N n N n N co c-I I� N co c-I I� N Cohesion (psf) 0 0 0 0 0 0 0 Strength Type Mohr -Coulomb Mohr -Coulomb Mohr -Coulomb Mohr -Coulomb Mohr -Coulomb Mohr -Coulomb Mohr -Coulomb Unit Weight (Ibs/ft3) 0 0 o - - N - 0 ti N - — 0 1 v ■■■ ■ Material Name Stiff Fat Clay Loose Sand Med-Dense Sand Very Soft Lean Clay Firm Lean Clay Soft Lean Clay Very Loose Sand Ob I North Beach Navigable Canal Master Scenario Tolunay-Wong Engineers, Inc. B-1 Long -Term Cantilever 0 0 L9 w L U m r'1 N N co 0 nc • fV1 V 0 SLIDEINTERPRET 9.007 a O N OJ L 0 u v a L O▪ qb. O1 a+ bA w OJ (6 Z ra w N 0 O ci N O O O 0 N 0 0 N O 0 E E E E E E E 0 0 0 0 0 0 0 0 0 0 U 7 0 U O 0 U 7 0 U 7 0 U O t O O N U co a) 0 0 J T co U co E LL ro U 1.3 J 0 N 0 0 v 11 0ti 0Z 1 0 017- orth Beach Navisab e Cana ?J o una -Won. En.ineers, Inc N N co .4fr101.01 [7Je7a�:xInf N Phi (deg) O N N O O O N Cohesion (psf) 1000 0 0 200 650 400 0 Strength Type Mohr -Coulomb Mohr -Coulomb Mohr -Coulomb Mohr -Coulomb Mohr -Coulomb Mohr -Coulomb Mohr -Coulomb Unit Weight (Ibs/ft3) 0 O SIT Lf1 LIT 0IT Lf) N i .--i 0 0 V I IMaterial Name Stiff Fat Clay ra Med-Dense Sand Very Soft Lean Clay Firm Lean Clay Soft Lean Clay Very Loose Sand 0) O 0 J Oz North Beach Navigable Canal Master Scenario Tolunay-Wong Engineers, Inc. B-1 Short -Term Cantilever Q 0 L9 c L U m rry N O co 0) u c V u 0 SLIDEINTERPRET 9.007 11F �i• _ 1 orth Beach Navi• ab a Cana o una -Won. En.ineers, Inc -2 Lon• -Term Anc ore. .4fr101.01 [7Je7a�:xInf Project North Beach Navigable Canal Scenario Master Scenario Company Tolunay-Wong Engineers, Inc. File Name B-2 Long -Term Cantilever 20 40 60 6 250.00 Group Group 1 Drawn By J. Buchen N W iv.. o 60 'C • ♦�♦� „ .v. , �.. - O - - m 1.. N N N N M M♦�♦� -60 -40 -20 Cohesion (psf) 100 O O OOT OOT ♦•O • Strength Type L O O V L L O O V L L O O V L. L O O V . L O- O V i . O O V ♦♦♦ rocscience _IDEINTERPRET 9.007 Unit Weight (Ibs/ ft3) 120 105 105 �.�.� �♦�•� Material Name Very Stiff Sandy Clay Very Loose Sand Loose Sand Very Soft Lean Clay Upper Very Soft Lean Clay Lower Soft Lean Clay �♦�♦� OZ OI - (lir N 11F �i• _ 1 orth Beach Navisab e Cana o una -Won. En.ineers, Inc .4fr101.01 [7Je7a�:xInf 11F IZi• _ 1 orth Beach Nevis ab a Cana o una -Won. En.ineers, Inc �.��TAi�CaTi P4 iiii1ClZ .4fr101.01 [7Je7a�:xInf APPENDIX E CONSOLIDATED-UNDRAINED TRIAXIAL SHEAR TEST RESULTS TWE Project No. 20.53.036 Report No. 26074 Deviator Stress, tsf Shear Stress, tsf 3 2.5 2 1.5 1 0.5 0 0 2.4 1.6 0.8 0 Total Effective ■■ rINIMENIIMIIIM■N■ C, tsf 0.298 0.183 lMINEllaim■■C::' ®� O, deg 7.0 18.4 ■■�■■�R���■ �■ ■■ ■�..� _■ ■■>•��■ Tan 0.12 0.33 gumEllirElMimmill111111111101111.111MMI. ■■_■■■_•MIN■■_■■I•■■_mininummimmummum_ �■■!Z■�■ osims ::II■ IM ■■Empsiammums ommumuE■m11::®■■�■■PEmommummigungimm ME■ ■ma puommumwm ■-■■■-■N-■ ■� ��■ wimminuswommimEimimmum ciai.. Ns El mu■■_■■■_■■■_■���■_.■■mal mu mummimmummorrasiossimmmougoos iimummommare.raimenbmimmommom.....m...... Emma --r"- ±i�ioxiiiiiamit illaill wrompas.�■■i•■r,.�m�soLNIIILENMIL. ......m 08 16 24 32 Total Normal Stress, tsf Effective Normal Stress, tsf - - - rr 5 10 15 Axial Strain, % 20 4.8 Sample No. 1 2 3 To Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 62.4 61.6 97.1 1.7365 2.84 5.73 62.4 61.6 97.1 1.7365 2.84 5.73 62.4 61.6 97.1 1.7365 2.84 5.73 u) a) 1- Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 51.2 70.8 100.0 13817 2.64 5.78 51.2 70.8 100.0 1.3817 2.67 5.67 51.2 70.8 100.0 1.3817 2.72 5.43 Type of Test: CU with Pore Pressures Sample Type: Undisturbed Description: Gray Fat Clay LL= 93 PL= 25 PI= 68 Assumed Specific Gravity= 2.7 Remarks: Test Method: ASTM D4767 Failure Type: Bulge Failure Criteria: Effective Stress Ratio Figure Strain rate, %/min. Eff. Cell Pressure, psi Fail. Stress, tsf Excess Pore Pr., tsf Strain, % Ult. Stress, tsf Excess Pore Pr., tsf Strain, % Failure, tsf 63 Failure, tsf 0.0080 10.00 0.83 0.37 1.3 0.83 0.37 1.3 1.18 0.35 0.0080 20.00 1.13 0.76 2.9 1.16 0.69 1.8 1.81 0.68 0.0080 40.00 1.45 1.86 13.7 1.59 1.66 6.1 2.47 1.02 Client: CCOC Project: North Beach Drainage Project Source of Sample: B-1 Depth: 38-40 Proj. No.: 20.53.036 Date Sampled: 07/20/20 TRIAXIAL SHEAR TEST REPORT Tolunay-Wong Engineers, Inc. Houston, Texas Tested By: EC Checked By: PH Deviator Stress, tsf Shear Stress, tsf 3 2.5 2 1.5 0.5 2.7 C, tsf _ c, deg Tan() 1.8 0.9 0 0 Total Effective 0.174 12.9 0.23 09 0.050 31.1 0.60 t Mill I.li111111 • I. 8/M 1 18 27 36 Total Normal Stress, tsf Effective Normal Stress, tsf - - - r-- 5 10 15 20 Axial Strain, % 45 5.4 Sample No. 1 2 3 c0 c Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 34.4 88.1 99.7 0.9477 2.83 5.73 34.4 88.1 99.7 0.9477 2.83 5.73 34.4 88.1 99.7 0.9477 2.83 5.73 a) Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 27.1 98.4 100.0 0.7441 2.68 5.71 27.1 98.4 100.0 0.7441 2.71 5.57 27.1 98.4 100.0 0.7441 2.75 5.42 Type of Test: CU with Pore Pressures Sample Type: Undisturbed Description: Gray SANDY LEAN CLAY LL= 39 PL= 18 PI= 21 Assumed Specific Gravity= 2.75 Remarks: Test method: ASTM D4767 Failure type: Bulge Failure criteria: Effective Stress Ratio Figure Strain rate, %/min. Eff. Cell Pressure, psi Fail. Stress, tsf Excess Pore Pr., tsf Strain, % Ult. Stress, tsf Excess Pore Pr., tsf Strain, % 6, Failure, tsf 63 Failure, tsf 0.0080 10.00 0.83 0.42 3.0 0.83 0.42 2.8 1.12 0.30 0.0080 20.00 1.30 0.90 3.0 1.30 0.87 2.5 1.85 0.54 0.0080 40.00 2.08 1.99 9.8 2.14 1.86 3.2 2.97 0.89 Client: CCOC Project: North Beach Drainage Project Source of Sample: B-2 Depth: 38-40 Proj. No.: 20.53.036 Date Sampled: 7/14/20 TRIAXIAL SHEAR TEST REPORT Tolunay-Wong Engineers, Inc. Houston, Texas NORTH BEACH DRAINAGE, STREET AND ECO PARK IMPROVMENTS APPENDIX C GEOTECHNICAL ENGINEERING STUDY NORTH BEACH LINEAR PARK PROJECT J U LY 25, 2023 North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162, 22142, 23167 110 TOLUNAY-WONG ENGINEER S Geotechnical Engineering Construction Materials Testing Geophysical Services Deep Foundations Testing Environmental Field Services GEOTECHNICAL ENGINEERING STUDY NORTH BEACH LINEAR PARK PROJECT CORPUS CHRISTI, TEXAS Prepared for: Lockwood, Andrews, & Newnam, Inc. 500 N. Shoreline Blvd., Suite 905 Corpus Christi, Texas 78401 Prepared by: Tolunay-Wong Engineers, Inc. 826 S. Padre Island Drive Corpus Christi, Texas 78416 July 25, 2023 TWE Project No. 23.53.021 / Report No. 32339 www.tweinc.com 1-888-887-9932 Tolunay-Wong Engineers, Inc. 826 S. Padre Island Drive • Corpus Christi, Texas 78416 • Phone (361) 884-5050 July 25, 2023 Lockwood, Andrews, & Newnam, Inc. 500 N Shoreline Blvd., Suite 905 Corpus Christi, Texas 78401 Attn: Mr. Scott Harris, P.E. SMHarris@lan-inc.com Ref: Geotechnical Engineering Study North Beach Linear Park Project Corpus Christi, Texas TWE Project No. 23.53.021 / Report No. 32339 Dear Mr. Harris, Tolunay-Wong Engineers, Inc. (TWE) is pleased to submit this preliminary report of our geotechnical engineering study for the above referenced project. This report contains a detailed description of the field program and laboratory services performed for this geotechnical engineering study as well as soil boring logs including tabulated field and laboratory test results. Also included in this report is our interpretation of the soil conditions at the site of the proposed new structures for the Linear Park Project of North Beach in Corpus Christi, Texas. Once final design concepts are known, the recommendations contained herein can be verified for final design considerations. We appreciate the opportunity to work with you on this phase of the project and we look forward to the opportunity of providing additional services as the project progresses. If you have any questions or comments regarding this report or if we can be of further assistance, please contact us. Sincerely, TOLUNAY-WONG ENGINEERS, INC. Texas Board of Professional Engineers Firm Registration Number F-000124 Justin Buchen Staff Professional Corpus Christi, Texas Don R. Rokohl, P. Branch Manager E. Corpus Christi, Texas TWE Project No. 23.53.021 Report No. 32339 TABLE OF CONTENTS 1 INTRODUCTION AND PROJECT DESCRIPTION 1-1 1.1 Introduction 1-1 1.2 Project Description 1-1 2 PURPOSE AND SCOPE OF SERVICES 2-1 3 FIELD PROGRAM 3-1 3.1 Soil Borings 3-1 3.2 Drilling Methods 3-1 3.3 Soil Sampling 3-1 3.4 Boring Logs 3-2 3.5 Groundwater Measurements 3-2 4 LABORATORY SERVICES 4-1 4.1 Laboratory Testing Program 4-1 5 SITE CONDITIONS 5-1 5.1 General 5-1 5.2 Site Description and Surface Conditions 5-1 5.3 Subsurface Conditions 5-1 5.4 Subsurface Soil Properties 5-2 5.5 Groundwater Observations 5-2 6 BRIDGE/FALLOUT STRUCTURE FOUNDATION RECOMMENDATIONS 6-1 6.1 Allowable Axial Capacity 6-1 6.2 Lateral Capacity 6-2 6.3 Static Axial Group Effects 6-2 6.4 Settlement of Pile Group Effects 6-3 6.5 Lateral Group Effects 6-3 6.6 Full -Scale Load Testing 6-4 6.7 Augured Cast -in -Place Installation 6-5 6.8 Drilled Displacement Installation 6-5 7 MSE WALL DESIGN 7-1 7.1 Discussion 7-1 7.2 Construction Considerations 7-4 8 DRAINAGE CANAL SLOPE STABILITY 8-1 9 DESIGN REVIEW AND LIMITATIONS 8-1 9.1 Design Review and Construction Monitoring 9-1 9.2 Limitations 9-1 TWE Project No. 23.53.021 Report No. 32339 TABLES AND APPENDICES TABLES Table 4-1 Laboratory Testing Program 4-1 Table 5-1 Groundwater Level Measurements 5-3 Table 6-1 Recommended Pm Values 6-4 Table 7-1 Soil Design Parameters MSE Wall Gulfspray Ave. (B-3) 7-2 Table 7-2 Soil Design Parameters MSW Wall Beach Ave. (B-4) 7-3 Table 7-3 Estimated Settlement for Retaining Wall Embankments 7-3 Table 7-4 Reinforced Stone Backfill Gradation 7-5 Table 7-5 Retained Backfill Gradation 7-5 APPENDICES Appendix A: LAN & TWE Drawings Appendix B: Logs of Project Borings and a Key to Terms and Symbols used on Boring Logs Appendix C: Allowable Axial Capacity Curves Appendix D: LPILE Design Parameters TWE Project No. 23.53.021 Report No. 32339 1 INTRODUCTION AND PROJECT DESCRIPTION 1.1 Introduction This report presents the results of our geotechnical engineering study performed for the proposed North Beach Linear Park Project in Corpus Christi, Texas. Our geotechnical engineering study was conducted in accordance with TWE Proposal No. P23-0010 dated February, 8 2023 and executed by the Subconsulting Agreement referencing Lockwood, Andrews, & Newnam, Inc. Project No. 22142 dated April 18, 2023 and signed May 15th, 2023 by Stephen A. Gilbreath, V.P. 1.2 Project Description The project involves planned drainage improvements for North Beach in Corpus Christi, Texas. The improvements include construction of linear park with a drainage canal between Timon and Surfside Boulevards. We understand that the project components will include: • A drainage canal accessible by kayaks and canoes. The canal is planned to have depths of 8-ft to 10-ft and trapezoidal cross section. Side slopes will be protected by rip -rap or other protective means. • Two, two-lane, single span low profile city street bridges, one at Gulfspray Ave. and one at Beach Ave. will span the canal. Bridge approaches are anticipated to be less than 10-ft high and constructed with mechanically stabilized earth (MSE) retaining walls. The bridges and approaches will be subject to vehicular traffic (automobiles, trucks, buses, etc.) • A concrete outfall structure at the north end of the canal near Timon Marsh. The general project site plan provided by Lockwood, Andrews, & Newnam, Inc. (LAN) is shown on the North Beach Drainage Improvements Map in Appendix A of this report. TWE Project No. 23.53.021 1-1 Report No. 32339 2 PURPOSE AND SCOPE OF SERVICES The purpose of our geotechnical study was to investigate the subsurface conditions within the project site and to provide geotechnical design recommendations for the scope of this project. The scope of the geotechnical study included the following: 1. Drilling two (2) soil borings to a depth of 15-ft within the proposed canal areas, two (2) soil borings to a depth of 100-ft within the proposed MSE Walls/city street bridges, and one (1) soil boring to a depth of 75-ft within the proposed area of the outfall structure to evaluate subsurface stratigraphy and groundwater conditions; 2. Performing geotechnical laboratory tests on recovered soil samples to evaluate the physical and engineering properties of the soils encountered; 3. Provide preliminary slope stability canal walls for determination of safety factors at gradients of 2H:1 V, 3 H:1 V, and, if needed, 4H:1V; 4. Providing geotechnical design recommendations for deep foundation systems including axial compression and tension capacities, lateral pile analysis design parameters, pile group considerations and settlement estimates for the bridges and outfall structure; 5. Provide geotechnical design recommendations including in allowable soil bearing capacity and settlement estimates for bridge approach embankments with, if needed, options for ground improvement methods or ground reinforcement to increase bearing capacity and reduce settlements; 6. Provide discussion of preliminary geotechnical parameters for reinforced earth walls (MSE walls) design of bridge approaches; and, 7. Provide geotechnical construction recommendations including site development, subgrade preparation, excavation considerations, groundwater control and dewatering efforts, fill and backfill placement, compaction requirements, installation of foundations, and overall quality control monitoring, inspection, and testing guidelines. Our scope of services did not include any environmental assessments for the presence or absence of wetlands or of hazardous or toxic materials within or on the soil, air, or water at this site. Any statements in this report or on the boring logs regarding odors, colors, unusual items and conditions are strictly for the information of the Client. A geological fault study was also beyond the scope of this study. TWE Project No. 23.53.021 2-1 Report No. 32339 3 FIELD PROGRAM 3.1 Soil Borings TWE conducted an exploration of subsurface soil and groundwater conditions at the project site from May 24, 2023 to May 27, 2023 drilling, logging and sampling five (5) soil borings to depths of 15-ft to 120-ft below grade. The depth of the two (2) soil borings at the proposed MSE walls/city streets was increased from 100-ft to 120-ft due to the subsurface conditions encountered above 100-ft. The soil boring locations are presented on Drawing No. 23.53.021-1 presented in Appendix A. Our field personnel coordinated the field activities and logged the boreholes. 3.2 Drilling Methods Field operations were perfoilned in general accordance with the Standard Practice for Soil Investigation and Sampling by Auger Borings [American Society for Testing and Materials (ASTM) D 1452]. At the boring locations, dry -auger drilling methods were implemented at existing grade. Wash or mud -rotary drilling methods were used once groundwater was observed or when boreholes became unstable and/or collapsed. When groundwater was encountered, the borehole was allowed to stabilize for about 15-min prior to completing the boring. Samples were obtained continuously to 10-ft and at 5-ft depth intervals thereafter until the boring completion depth was reached. Upon drilling and sampling completion, the boreholes were backfilled with cement-bentonite grout. 3.3 Soil Sampling Fine-grained, cohesive soil samples were recovered from the soil borings by hydraulically pushing 3-in diameter, thin -walled Shelby tubes a distance of about 24-in. The field sampling procedures were conducted in general accordance with the Standard Practice for Thin -Walled Tube Sampling of Soils (ASTMD 1587). Our geotechnician visually classified the recovered soils and obtained field strength measurements using a pocket penetrometer or a torvane device. A factor of 0.67 is typically applied to the penetrometer measurement to estimate the undrained shear strength of Gulf Coast cohesive soils. The samples were extruded in the field, wrapped in foil, placed in moisture sealed containers, and protected from disturbance prior to transport to the laboratory. Cohesionless and semi-cohesionless soil samples, and where soils that could not be sampled with tubes, were collected with the standard penetration test (SPT) sampler driven 18-in by blows from a 140-1b hammer falling 30-in in accordance with the Standard Test Method for Standard Penetration Test (SPT) and Spilt -Barrel Sampling of Soils (ASTM D 1586). The number of blows required to advance the sampler three (3) consecutive 6-in depths are recorded for each corresponding sample on the boring logs. The N-value, in blows per foot, is obtained from SPTs by adding the last two (2) blow count numbers. The undrained shear strength of the cohesive sample is estimated from the N-value. The sample obtained from the split -barrel sampler were visually classified, placed in moisture sealed containers and transported to our laboratory. TWE Project No. 23.53.021 3-1 Report No. 32339 The recovered soil sample depths with corresponding pocket penetrometer measurements and SPT blowcounts are presented on the boring logs in Appendix B. 3.4 Boring Logs Our interpretations of general subsurface soil and groundwater conditions at the soil boring locations are included on the boring logs. Our interpretations of the soil types throughout the boring depths and the locations of strata changes were based on visual classifications during field sampling and laboratory testing in accordance with Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) (ASTM D 2487) and Standard Practice for Description and Identification of Soils (Visual -Manual Procedure) (ASTMD 2488). The boring logs include the type and interval depth for each sample along with its corresponding pocket penetrometer measurements, SPT blow count, and laboratory testing data. The boring logs and a key to terms and symbols used on the boring logs are presented in Appendix B. 3.5 Groundwater Measurements Groundwater level measurements were attempted in the open boreholes during dry -auger drilling. Measurements were taken initially during dry -auger drilling when groundwater was first encountered and at 5-min intervals over a 15-min time period. The groundwater measurements observed within the soil borings are described in Section 5.5 of this report. TWE Project No. 23.53.021 3-2 Report No. 32339 4 LABORATORY SERVICES A laboratory testing program was conducted on selected soil samples to assist in classification and evaluation of the physical and engineering properties of the soils encountered in the project borings. 4.1 Laboratory Testing Program Laboratory tests were performed in general accordance with ASTM International standards. The types and brief descriptions of the laboratory tests performed are presented in Table 4-1 below. Table 4-1 Laboratory Testing Program Test Description Test Method Water (Moisture) Content of Soil ASTM D 2216 Amount of Material in Soils Finer than No. 200 Sieve ASTM D 1140 Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D 4318 Dry Unit Weight ASTM D 2937 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils ASTM D 2850 Water (Moisture) Content of Soil by Mass (ASTM D 2216) This test method determines water (moisture) content by mass of soil where the reduction in mass by drying is due to loss of water. The water (moisture) content of soil, expressed as a percentage, is defined as the ratio of the mass of water to the mass of soil solids. Moisture content may provide an indication of cohesive soil shear strength and compressibility when compared to Atterberg Limits. Amount of Materials in Soils Finer than No. 200 (75-um) Sieve (ASTM D 1140) This test method determines the amount of materials in soils finer than the No. 200 (75-11m) sieve by washing. The loss in weight resulting from the wash treatment is presented as a percentage of the original sample and is reported as the percentage of silt and clay particles in the sample. Liquid Limit, Plastic Limit and Plasticity Index of Soils (ASTM D 4318) This test method determines the liquid limit, plastic limit and the plasticity index of soils. These tests, also known as Atterberg limits, are used from soil classification purposes. They also provide an indication of the volume change potential of a soil when considered in conjunction with the natural moisture content. The liquid limit and plastic limit establish boundaries of consistency for plastic soils. The plasticity index is the difference between the liquid limit and plastic limit. Dry Unit Weight of Soils (ASTM D 2937) This test method determines the weight per unit volume of soil, excluding water. Dry unit weight is used to relate the compactness of soils to volume change and stress -strain tendencies of soils when subjected to external loadings. TWE Project No. 23.53.021 4-1 Report No. 32339 Unconsolidated-Undrained Triaxial Compression Test on Cohesive Soils (ASTM D 2850) This test method determines the strength and stress -strain relationships of a cylindrical specimen of either undisturbed or remolded cohesive soil. Specimens are subjected to a confining fluid pressure in a triaxial chamber. No drainage of the specimen is permitted during the test. The specimen is sheared in compression without drainage at a constant rate of axial deformation (strain controlled). The unconsolidated-undrained (UU) triaxial shear strength of cohesive soils is applicable to situations where loads are assumed to take place so rapidly that there is insufficient time for induced pore -water pressures to dissipate and drainage to occur during the loading period. Soil properties including moisture content, unit weight, Atterberg limits, grain size distribution, penetration resistance and compressive strength are presented on the project boring logs in Appendix B. TWE Project No. 23.53.021 4-2 Report No. 32339 5 SITE AND SUBSURFACE CONDITIONS 5.1 General Our interpretations of soil and groundwater conditions within the project site are based on information obtained at the soil boring locations only. This information will be used as the basis for our conclusions and recommendations to be included in the final geotechnical report. Subsurface conditions may vary at areas not explored by the soil borings. Significant variations at areas not explored by the soil borings will require reassessment of our recommendations. 5.2 Site Description and Surface Conditions The project site consisted of well -maintained grassy medians between Surfside Blvd. and Timon Blvd. extending approximately 0.75 miles from Churchdale Avenue to Sandbar Avenue. There are various utilities, substations, lift stations as well as drainage ditches and overhead communication and powerlines along the project route. 5.3 Subsurface Conditions This section presents generalized observed soil stratigraphy at the project site as characterized by the project borings. 5.3.1 General Site (B-1 through B-5 to 15-ft depth) The soil profile encountered in borings B-1 through B-5 to depths of 15-ft consisted of very loose to medium dense cohesionless soils POORLY GRADED SAND (SP), POORLY GRADED SAND with CLAY (SP-SC), and CLAYEY SAND (SC) to depths of 15-ft across the project site. 5.3.2 Gulfspray Avenue Crossing (B-3 to 120-ft depth) Boring B-3 located near Gulfspray Avenue was extended from the original proposed depth of 100-ft to a depth of 120-ft in an attempt to find competent soil. The soil profile encountered in boring B-3 to a depth of 120-ft consisted of very loose to dense cohesionless soils POORLY GRADED SAND (SP), POORLY GRADED SAND with CLAY (SP-SC), and CLAYEY SAND (SC) at the depth ranges of 0-ft to 28-ft, 73-ft to 88-ft, and 103-ft to 118-ft.. Very soft to very stiff cohesive soils SANDY LEAN CLAY (CL) and LEAN CLAY (CL) were encountered at the depth ranges of 15-ft to 73-ft, 88-ft to 103-ft, and 118-ft to 120-ft with hard cohesive soils encountered at the termination depth of 120-ft. 5.3.3 Beach Avenue Crossing (B-4 to 120-ft depth) Boring B-4 located near Beach Avenue was extended from the original proposed depth of 100-ft to a depth of 120-ft in an attempt to find competent soil. The soil profile encountered in boring B-4 to a depth of 120-ft consisted of very loose to dense cohesionless soils CLAYEY SAND (SC) and POORLY GRADED SAND with CLAY (SP-SC) at the depth ranges of 0-ft to 33-ft, 48-ft to 63-ft, 73-ft to 83-ft, and 103-ft to 120-ft with medium dense to dense cohesionless soils encountered at the termination depth of 120-ft. Very soft to hard cohesive soils SANDY LEAN TWE Project No. 23.53.021 5-1 Report No. 32339 CLAY (CL), LEAN CLAY with SAND (CL), and FAT CLAY with SAND (CH) were encountered at the depth ranges of 33-ft to 48-ft, 63-ft to 73-ft, and 83-ft to 103-ft. Detailed descriptions of the soils encountered at the boring locations are presented on the boring logs in Appendix B. 5.3.4 Outfall Structure (B-5 to 75-ft depth) Boring B-5 is located within the vicinity of the proposed outfall structure located near Sandbar Avenue. The soil profile encountered in boring B-5 consisted of very loose to dense cohesionless soils POORLY GRADED SAND and CLAYEY SAND (SC) at the depth ranges of 0-ft to 33-ft, 48-ft to 58-ft, and 68-ft to 75-ft. Very soft to soft cohesive soils FAT CLAY (CH) and LEAN CLAY (CL) were encountered at the depth ranges of 33-ft to 48-ft and 58-ft to 68-ft. 5.4 Subsurface Soil Properties In -situ moisture contents of selected cohesive soil samples ranged from 16% to 69%. In -situ moisture contents of selected cohesionless and semi-cohesionless soil samples ranged from 10% to 58%. Results of Atterberg Limits tests on selected cohesive soil samples indicated liquid limits ranging from 30 to 95 with plasticity indices ranging from 10 to 58. The amount of materials finer than the No. 200 sieve on the selected samples ranged from 58% to 99% for cohesive soils and 3% to 45% for cohesionless and semi-cohesionless soils. Undrained shear strengths derived from field pocket penetrometer readings ranged from 0.25-tsf to 0.75-tsf. Undrained shear strengths derived from laboratory UU sample tested was 0.32-tsf. Based on this undrained shear strength data, the cohesive soils encountered in the project borings are considered to have very soft too soft consistencies. Based on the SPT blow counts from the field exploration cohesive soils are considered to have very soft to hard consistencies with large variations between the cohesive soil layers while the cohesionless and semi-cohesionless soils exhibited relative densities of very loose to dense. 5.5 Groundwater Observations Groundwater level measurements were attempted in each open borehole when groundwater was first encountered during dry -auger drilling and after a fifteen (15) minute time period. Groundwater measurements obtained from the project borings are presented in Table 5-1 on the following page. TWE Project No. 23.53.021 5-2 Report No. 32339 Table 5-1: Groundwater Level Measurements Borin No. g Boring Depth (feet) Groundwater Level Depth Encountered During Drilling (feet) Observed in the Open Borehole after 15 minutes (feet) B-1 15 4.9 4.3 B-2 15 5.0 4.7 B-3 120 4.5 3.25 B-4 120 6.9 5.6 B-5 75 5.7 5.3 Groundwater levels could fluctuate with climatic and seasonal variations as well as tidal conditions and should be verified before construction. Accurate determination of static groundwater levels is typically made with standpipe piezometers. Installation of standpipe piezometers to evaluate long- term groundwater conditions was not included in our scope of services. TWE Project No. 23.53.021 5-3 Report No. 32339 6 BRIDGE/OUTFALL STRUCTURE FOUNDATION RECOMMENDATIONS Information regarding the width and the height of the bridge was provided by LAN. The city streets bridges located at Gulfspray Avenue and Beach Avenue will consist of single span two- lane low -profile construction. The widths of the bridges are estimated to be 25-ft in width and at a maximum of 10-ft in height at the abutments. These bridges are expected to produce light to moderate traffic loading conditions with exact loads not provided at this time. Dimensions and loading conditions were not provided for the fallout structure, it is expected to produce light to moderate loading conditions. Due to relatively weak shallow soil conditions and high groundwater conditions, deep foundations such as augered cast -in -place piles (ACIP) or drilled displacement piles (DDP) will be required for support of concentrated loads from the bridges and outfall superstructures. Recommendations for design and construction for these foundation systems are provided in the following sections. Recommendations for driven piles were not provided due to probable construction difficulties associated with these foundations such as presence of significant cohesionless soils creating driving difficulties and possible damage to the piling during driving. Drilled straight shaft piles were not considered for this project due to the extensive cohesionless soils encountered. The deep cohesionless soils could require the use of deep casing throughout the shaft depth and/or slurry drilling and installation. 6.1 Allowable Axial Capacity Deep foundations such as drill displacement piles (DDP) or augured, cast -in -place piles (ACIP) can be used for support of the bridges, outfall structure and supporting structures. Geotechnical engineering design and construction recommendations for foundations systems utilizing DDP and ACIP are provided in the following sections. WE used the methods recommended by the FHWA Getechnical Circular No. 8, "Design and Construction of Continuous Flight Auger Piles" (2007) to compute the ultimate axial capacities of augured cast -in -place piles (ACIP) and drilled displacement pile (DDP). Capacity analyses for axial loads on ACIP and DDP were conducted by using the a —coefficient method for clays and the SPT-N method for sands to define ultimate pile friction values and general shear bearing capacity factors to define ultimate end bearing values. A portion of the full end bearing was used in developing the ACIP and DDP capacity curves as the movement needed to mobilize full end bearing is typically greater than 1-in.. The allowable axial pile capacity curves for 18-in and 24-in diameter ACIP and DDP foundations are provided in Figeres 1 through 6 of Appendix C of this report. It should be noted that the allowable compressive and tensile capacities have been neglected above 5-ft. below existing ground surface to account for the possible presence of pier caps. The allowable compression and tension capacity curves presented on Figures 1 through 6 in Appendix C include a factor of safety of 3.0 against bearing capacity failure. Pile capacities presented in Appendix C are based on individual piles having a minimum center -to -center spacing of at least three (3) pile diameters. The pile depths listed are measured from existing ground surface. It should be noted that the tensile capacity is based solely on soil -pile interaction. Piles and pile cap connections should be structurally capable of resisting design uplift loads. TWE Project No. 23.53.021 6-1 Report No. 32339 6.1.1 Individual Pile Settlement Groups of piles having a center -to -center spacing of less than three (3) diameters should be analyzed for group efficiency. If pile groups are planned for this project with spacing less than three (3) pile diameters, TWE should be contacted to analyze group capacities and settlements once the final pile size, depth and group configurations are selected. Assuming proper installation, the total settlement oof a single pile using the allowable compression capacities presented in Figures 1 through 6 of Appendix C is anticipated to be less than 1.0-in. The settlement of a single pile will predominantly be elastic in nature. 6.2 Lateral Capacity For deep foundations, lateral loads are resisted by the soil -structure interaction as well as the rigidity of the pile. Lateral capacity will vary with pile type and properties, degree of fixity and pile spacing. Typically, lateral loads are analyzed using the p-y method in which the soil is modeled as a series of non -linear springs. This procedure with appropriate computer codes (i.e., LPILE by Ensoft, Inc.) has the advantage that major factors influencing soil resistance are inherently included in the semi-emperical p-y design criteria. We understand that detailed lateral analyses will be performed by the project structural engineer. Our recommended soil design parameters based on the general site soil profiles are presented in Appendix D of this report. 6.3 Static Axial Group Effects The following method can be used to determine the axial capacity and efficiency of pile groups. To evaluate capacity, two (2) distinct failure modes are considered. In the first mode, a block - type behavior is assumed in which the piles and confined soil mass encompassed by the group act as a unit. The ultimate bearing capacity of the unit, Qc, is equal to the ultimate load carried in friction by the circumferential area of the group plus the ultimate load resistance derived from the base of the assumed equivalent pier/pile. Qc = fsAc + qbAb fs = Ultimate Unit Soil -Pile Adhesion (psf) Ac= Circumferential Embedded Area of Equivalent Pier (ft) qb = Ultimate Unit End Bearing (psf) Ab = Base Area of Equivalent Pier (ft2) In the second mode of failure, it is assumed the piles in the group act individually. The ultimate bearing capacity of the group, Qc, considering individual mode of failure is determined by multiplying the number of piles in a group by the ultimate load carrying capacity of individual piles. TWE Project No. 23.53.021 6-2 Report No. 32339 = LQi Qi = Ultimate Capacity of Individual Piles in the Group The lower of the two (2) capacities of the group considering block mode of failure and individual mode of failure is taken as the required ultimate capacity of the pile group. The group efficiency is defined as the ratio of the group capacity considering block mode of failure and the group capacity considering individual mode of pile failure. A pile group is considered safe against bearing failure if the number of piles in the group times the applied design load per pile does not exceed Qc/F.S. (F.S. = Factor of Safety). If the total group design load is greater than Qc/F.S., one (1) alternative is to reduce the design load for individual piles within the group accordingly. Based on this approach to pile group capacity analysis, pile spacing can be determined in which full capacity of individual piles is utilized. Generally, a pile spacing of at least three (3) pile diameters, center -to -center, is selected as a first approximation. 6.4 Settlement of Pile Groups The settlement of a group of piles is significantly influenced by the size of the pile group, and the compressibility of the soils below the pile tip. For typical pile spacing of about three (3) pile widths/diameters center -to -center, settlement estimates of pile groups (4x4 or larger) should be performed on a case -by -case basis once the pile group geometry, footprint, pile tip elevations, and group load have been selected. 6.5 Lateral Group Effects Piles subjected to lateral loading are commonly designed using the p-y method in which the soil is modeled as a series of non -linear springs. This procedure is used with appropriate computer codes (i.e., LPILE by Ensoft, Inc., or equivalent) and has the advantage that the major factors influencing lateral soil resistance are inherently included in the semi -empirical p-y design criteria. The effects of a close pile spacing results primarily in a reduction in the maximum soil resistance which can be mobilized, and thus leads to the concept of a "p-multiplier". A factor, Pm, can be applied to a single p-y by multiplying the soil resistance values "p" by Pm to compute a p-y which includes the pile group effects. This concept is shown on the figure provided on the next page. TWE Project No. 23.53.021 6-3 Report No. 32339 The selection of the appropriate p-multiplier factor depends on if the pile is located in the front or "leading" row or in the back or "trailing" row in the direction of loading. Recommended Pm values for front row and back row piles are presented in Table 6-1 (Mokwa and Duncan, 2001). Table 6-1: Recommended Pm Values Pile Spacing (center -to -center) Leading Row 1st Trailing Row 2nd T g 3rd and Subsequent Trailing Rows Raw 3 Diameters 0.82 0.68 0.58 0.52 4 Diameters 0.90 0.78 0.72 0.68 5 Diameters 0.94 0.89 0.86 0.84 6 Diameters 1.0 1.0 1.0 1.0 The lateral group efficiency factor (Ge) can be approximately taken as the average value of the Pm's from Table 6-1 for all piles in the group as suggested by Duncan, Robinette and Mokwa (2005). For instance, a 3 by 3 bile group with a center -to -center spacing of 3 widths, the lateral group efficiency will be approximately 0.69 [=(0.82 + 0.68 + 0.58) /3]. Based on Table 6-1, the lateral group effects can be neglected for center -to -center pile/pier spacing of 6 widths or more. There is commercially available software (e.g., GROUP by Ensoft) which can perform more refined lateral pile group response analyses, in particular for complex pile group configurations. Such analyses should be performed on a case -by -case basis since it depends on the specific pile configuration, pile type and penetration, loading condition, etc. 6.6 Full -Scale Field Load Testing A full-scale field load testing program is recommended for deep foundations including augered, cast -in -place piles or drilled displacement piles. The program should include compressive load testing, as a minimum, with the possibility of tensile and lateral load testing. The type, size (diameter), and length of the deep foundation combinations should determine the number of tests performed. Typically, deep foundations are loaded to at least twice the foundation component design load. The load test program should be performed in general accordance with ASTM D 1143 (Standard Test Methods for Deep Foundation Elements Under Static Axial Compressive TWE Project No. 23.53.021 6-4 Report No. 32339 Load), ASTM D 3689 (Standard Test Methods for Deep Foundation Elements Under Static Axial Tensile Load), and ASTM D 3966 (Standard Test Methods for Deep Foundations Under Static Lateral Load). TWE can assist with the development of a full-scale field load testing program upon request. 6.7 Augured Cast -in -Place Installation The following items are important to the successful completion of augured cast -in -place pile foundations for this project. 1. Augured cast -in place piles should be constructed in accordance with requirements provided in the Augured Cast -in -Place Piles Manual published by the Deep Foundations Institute ("Augured Cast -In -Place Piles Manual", 2"d Ed., 2003 Augured Cast -In -Place Pile Committee Deep Foundation Institute, 2003). 2. The grout should be pumped with sufficient pressure (50-200 psi) and the auger withdrawn sufficiently slow to keep the hole filled, to prevent hole collapse, and to cause lateral penetration of the grout into the porous zones of the sidewall of the hole. 3. A pressure head of at least 10 feet of grout either above the injection point or above the water level, whichever is higher, should be maintained at all times during auger pulls so that the grout has a displacing action and resists the movement of loose material into the hole. 4. The auger withdrawal rate should not exceed 10 feet per minute. 5. TWE should monitor and record the amount of grout used for each pile and the rate at which the grout is pumped, monitor and record the rate of auger withdrawal, check and calibrate the equipment for controlling and measuring the flow rate of grout into the pile. 6.8 Drilled Displacement Installation In a likewise manner, the following items are important to the successful completion of drilled displacement pile foundations for this project. The proper installation of drilled displacement piles (DDP) is dependent on Contractor experience, construction procedure and equipment. The Contractor should have relevant experience with augering and pumping equipment, installing DDP piles in similar subsurface conditions and placing of reinforcing steel. Key personnel including the crane operator, grout pump operator and full-time field supervisor should have a minimum of three (3) years of experience with installing DDP piles of similar size and depth in the local area. We recommend a pile installation monitoring program be implemented and performed by TWE. Several aspects to monitor during DDP pile installation are viscosity of the pumped grout mixture, initial grout placement prior to raising the auger stem, resulting grout head observed at pile completion, incremental grout factors computed over 5-ft intervals during auger withdrawal, uniformity of grout placement, computed grout factor along completed pile length, continuous grout TWE Project No. 23.53.021 6-5 Report No. 32339 placement, auger withdrawal without delays or grout pressure fluctuations and reinforcing steel placement. A grout mix should be furnished to meet the requirements of the project and tested by a qualified representative of the Geotechnical Engineer. A minimum of six (6) 2-in square grout cubes should be cast each day during which piles are installed. Two (2) grout cubes should be tested in compression at seven (7) days and twenty-eight (28) days after placement. The remaining grout cubes should be held for additional testing, if necessary. The required grout volume to obtain a uniform pile will vary depending on subsurface soil conditions. Installation of piles with inappropriate grout volumes will affect the performance of the foundation system. Therefore, the Contractor should calibrate the grout pump before DDP pile installation commences. Grout should be pumped with sufficient pressure typically ranging from 300-psi to 400-psi. The auger should be withdrawn slowly enough to keep the hole filled to prevent collapse and lateral penetration of grout into soft or porous zones surrounding the pile. The auger withdrawal rate should be constant and not exceed 10-ft per minute. Pumped grout volumes typically range from 115% to 150% of the theoretical volume of the pile. A pressure head of at least 10-ft of grout above the injection point should be maintained at all times during auger withdrawal so that the grout exhibits a displacing action and resists the movement of loose material into the hole. The Contractor should determine the appropriate pressure head requirement during construction. Specific criteria regarding the minimum curing time before drilling adjacent piles and the minimum distance between new and previously installed, freshly grouted piles should be established in the project specifications. These criteria are necessary to protect newly completed piles from damage during the installation of adjacent piles. TWE Project No. 23.53.021 6-6 Report No. 32339 7 MSE WALL DESIGN 7.1 Discussion It is our understanding that Mechanically Stabilized Earth (MSE) walls will be used to retain roadway embankment at Gulfspray Avenue (B-3) and Beach Avenue (B-4) bridge approach embankments. The internal design of MSE walls involves checking the earth reinforcements for allowable stresses and anchorage into the mass of select fill behind the face of the wall and is typically performed by the wall supplier/constructor. Full details of the walls and approach embankments were not provided at this time. It is known that the bridges at Gulfspray Avenue and Beach Avenue are within the vicinities of soil boring B-3 and B-4, respectively. The approach embankments will have a minimum width of 25-ft and maximum height of 10-ft from existing ground level at the bridge abutment. It is assumed that MSE walls will run the length of these embankments. A length of 100-ft was assumed for the approach embankments, once the final length is known a final analysis should be performed. Soil properties and soil profiles from these borings were utilized in the foundation and stability analyses of the retaining wall embankment. Because of the location of the proposed MSE walls, the walls could be inundated periodically due to rising water levels on North Beach. Therefore, it is imperative that proper drainage be provided to prevent build-up of hydrostatic pressure during rapid drawdown conditions or otherwise during periods of wet weather. These site conditions warrant a free -draining material to be used as reinforced backfill material and a granular embankment backfill. Requirements for these materials are provided below in Section 7.2 of this report. In addition, the ground in front of the proposed walls could be subject to scouring. Determination of potential for scour or scour depths is beyond the scope of this geotechnical investigation. Recommendations for minimum protection from erosion due to normal weather conditions and inundation are provided in Section 7.2 of this report. We have provided the bearing capacities and preliminary geotechnical parameters for MSE walls for the approach embankments. These recommendations are provided in the following sections. 7.1.1 Bearing Capacity Prior to installation of leveling pads, or new fill at this site, the exposed soil subgrade should be proofrolled with at least a 15-ton pneumatic roller, loaded dump truck, or equivalent, to detect weak areas. Such weak areas should be removed and replaced with soils exhibiting similar classification, moisture content, and density as the adjacent in -place soils. Subsequent to proofrolling, and just prior to placement of select fill, the exposed subgrade should be compacted to at least 95 percent of the maximum dry density near optimum (to +3%) in accordance with Standard Proctor (ASTM D 698-91) procedures. TWE Project No. 23.53.021 7-1 Report No. 32339 Proper site drainage should be maintained during construction so that ponding of surface runoff does not occur and cause construction delays and/or inhibit site access. Due to the nature of the subgrade, the sandy soils can become saturated and very loose. If this subgrade becomes wet and loose, consideration can be given to removal and replacement with suitable material, stabilizing or drying with cement, lime or lime and fly ash. The calculated allowable bearing capacity of the foundation soils at Gulfspray Ave. (B-3) and Beach Ave. (B-4) will be on the order of 4,000-psf and 3,500-psf, respectively, for leveling footings below the wall face. The leveling footings should have minimum and maximum widths of 1.5-ft and 3-ft, respectively. These values contain a factor of safety of at least 2.5. The calculated allowable bearing capacity of the foundation soils at Gulfspray Ave. (B-3) and Beach Ave. (B-4) will be on the order of 1,600-psf for the entire embankment structure. The embankment structure is assumed to have a width of 25-ft and maximum height of 10-ft. This value contains a factor of safety of at least 2.5. 7.1.2 Sliding and Overturning The MSE retaining wall was not analyzed to determine the factor of safety against sliding and overturning at this time. Once final design geometry of the MSE wall and approach embankment configuration is known, this analysis can be performed upon request. 7.1.3 Rotational Stability Rotational stability analysis was not performed at this time. Once more information for the MSE wall and approach embankment configuration is provided, this analysis can be performed upon request. Design parameters to perform these analyses are provided in Tables 7-1 and 7-2 below. Table 7-1 Soil Design Parameters MSE Wall Gulfspray Ave. (B-3) Name Density, pcf Cohesion, psf PHI Angle, deg. Short Term Long Term Short Term Long Term MSE Mass 125 0 0 45 45 Retained Backfill 125 0 0 30 30 SandI 100 0 0 30 30 Sand II 110 0 0 37 37 ClayI 95 700 75 0 12 TWE 7-2 Project No. 23.53.021 Report No. 32339 Table 7-2 Soil Design Parameters MSE Wall Beach Ave. (B-4) Name Density, pcf Cohesion, psf PHI Angle, deg. Short Tenn Long Term Short Term Long Term MSE Mass 125 0 0 45 45 Retained Backfill 125 0 0 30 30 SandI 100 0 0 32 32 Sand II 105 0 0 26 26 Sand III 105 0 0 33 33 Sand IV 105 0 0 30 30 Clay I 110 750 75 0 12 7.1.4 Settlement We estimated settlement of the proposed retaining walls for Gulfspray Ave. (B-3) and Beach Ave. (B-4). Settlement analyses were performed using the computer program Settle3D Version 4.0, distributed by Rocscience, Inc. (Toronto, Ontario), to model the structures, loading characteristics and subsurface profile. Terzaghi's conventional theory of one-dimensional (1-D) consolidation was used for our analysis of long-term consolidation settlements. The magnitudes of the computed long-term settlements were corrected to account for three (3) dimensional (3D) pore water pressure dissipation effects as recommended by Skempton and Bjerrum (1957). Long-term settlement values are presented in Table 7-3 below. Table 7-3 Estimated Settlement for Retaining Wall Embankments Location Total Consolidation Settlement (Corrected), in. Center of Embankment (Maximum Settlement) Edge (Retaining Wa11/Bridge Interface) Gulfspray Ave. 1" to 1 '/z" '/z" to 1" Beach Ave. 1" to 1 '/2" '/2" to 1" The maximum settlement occurs near the center of the embankment. Actual settlements could vary +30% of the ranges provided in this report due to variability of subsurface conditions along the embankment alignment. TWE 7-3 Project No. 23.53.021 Report No. 32339 7.2 Construction Considerations 7.2.1 Subgrade Preparation and Structural Select Fill New construction areas should be stripped of all surface vegetation, loose topsoil and major root systems. Tree stumps shall be completely removed and backfilled if applicable. Existing utilities should be relocated and the resulting excavations created during relocation should be properly prepared and compacted in accordance with the requirements below. The exposed soils subgrade should then be proofrolled with at least 20-ton pneumatic roller, loaded dump truck, or equivalent, to detect weak areas. Such weak areas should be removed and replaced with soils exhibiting similar classification, moisture content, and density as the adjacent in -place soils. Subsequent to proof -rolling, and just prior to placement of select fill, the exposed subgrade should be compacted to at least 95 percent of the maximum dry density near optimum (to +3%) in accordance with Standard Proctor (ASTM D 698-91) procedures. Proper site drainage should be maintained during construction so that ponding of surface runoff does not occur and cause construction delays and/or inhibit site access. Due to the nature of the subgrade, the sand and/or clay can become wet and soft/loose. If the subgrade becomes wet and soft/loose, consideration can be given to removal and replacement, or stabilizing or drying with cement, lime or lime and fly ash. Select structural fill needed as foundation soil, or embankment soil outside of the MSE Mass and retained backfill zones should consist of a clean low -plasticity sandy clay or clayey sand material (not a silt) with a liquid limit of less than 40 and a plasticity index less than 20. The select fill should be placed in thin lifts, not exceeding 8 inches loose measure, moisture conditioned to between -2% and +3% of optimum moisture content, and compacted to a minimum 95 percent of the maximum dry density as determined by ASTM D 698 (Standard Proctor). Prior to any filling operations, samples of the proposed borrow materials should be obtained for laboratory moisture -density testing. The tests will provide a basis for evaluation of fill compaction by in -place density testing. A qualified soil technician should perform sufficient in - place density tests during the filling operations to verify that proper levels of compaction are being attained. As previously mentioned, to ensure proper drainage to prevent build-up of hydrostatic pressure during rapid drawdown conditions or otherwise during periods of wet weather, select stone backfill shall be used for the reinforced soil zone. Select stone backfill for the reinforced zone (MSE Mass) shall be a crushed stone meeting the following gradation requirements: TWE Project No. 23.53.021 7-4 Report No. 32339 Table 7-4 Reinforced Stone Backfill Gradation Sieve Size Percent Passing 1-Inch 100 3/4 -Inch 90 - 100 3/8-Inch 20 - 55 No.4 0 - 10 No. 8 0 - 5 Retained backfill behind the MSE Mass shall consist of a granular material meeting the following gradation requirements: Table 7-5 Retained Backfill Gradation Sieve Size Percent Passing 3/4 -Inch 100 No.4 20 - 100 No. 10 15 - 85 No. 40 10 - 35 No. 100 0 - 10 No. 200 0 - 5 7.2.2 Erosion Protection Analyses of external stability of the MSE Walls does not rely on passive soil resistance in front of the wall. However, because the walls at this site could be inundated periodically with rising water levels, it is important to protect these soils from erosion and scour to prevent undermining of the bearing soils beneath the leveling pad and MSE mass. Adequate erosion protection should be determined by the design engineer for this project. Studies regarding scour potential and scour depths along the walls are beyond the scope of this investigation. As a minimum, we recommend the following erosion protection measures be incorporated into the design. The minimum embedment depth of the top of the leveling pad for the modular concrete block facing based on the height of the proposed walls is 2-feet below final grade. As an additional measure for erosion protection purposes, consideration may be given to extending the embedment depth of the leveling pad to deeper depth but above the static groundwater level. Alternately, a toe wall may be constructed on the front side of the leveling pad. A minimum horizontal bench of 4-feet is required in front of the MSEW structure. TWE Project No. 23.53.021 7-5 Report No. 32339 If rip -rap is used, we recommend that a filter fabric such as Mirafi 600X or equal be installed between the rip -rap slope protection and the leveling pad to prevent erosion of the soils beneath MSEW structure. TWE Project No. 23.53.021 7-6 Report No. 32339 8 DRAINAGE CANAL SLOPE STABILITY We expect side slopes for the drainage canal of between 2H:1 V and 4H:1 V will be suitable. The soil borings in the vicinity of the canal indicate cohesionless/semi-cohesionless very sandy shallow soils which would be subject to erosion. Slope protection such as rip rap or articulated concrete mats should be planned for the slopes of the canal. Submission of the local and global stability for the drainage canal will be provided in our final report. TWE Project No. 23.53.021 8-1 Report No. 32339 9 DESIGN REVIEW AND LIMITATIONS 9.1 Design Review and Construction Monitoring 9.1.1 Geotechnical Design Review Geotechnical review of the design drawings and specifications should be performed prior to construction. This review is recommended to check that the geotechnical recommendations and construction guidelines presented herein have been properly interpreted and incorporated into the construction documents. 9.1.2 Construction Monitoring The performance of the foundations and pavements for this project will be highly dependent on the quality of construction. Thus, it is recommended that construction activities be monitored by an experienced laboratory proficient in quality control testing/inspection procedures. TWE would be pleased to assist in the development of a plan for construction monitoring to be incorporated in the overall quality control program. Construction surveillance is recommended and has been assumed in preparing our recommendations. These field services are required to check for changes in conditions that may result in modifications to our recommendations. Performance of the foundation system and pavements will be directly related to the Contractor's adherence to the recommendations in this report and the project plans and specifications. Testing should be provided for all site preparation, foundation concrete pours, and pavement construction activities. TWE would be pleased to provide these services to verify that construction has been performed in accordance with the intentions of this report upon request. 9.2 Limitations 9.2.1 Scope of Study The scope of this study, as well as the conclusions and recommendations provided herein, were developed based on our understanding of the project. Assumptions were made when specific information was unknown. Revisions to our conclusions and recommendations could be necessary as a result of any significant project changes or if our assumptions are incorrect. Construction dewatering design, earth retention design, and construction site safety are the responsibility of the Contractor and have not been addressed herein. The scope of our study did not include evaluation of areal fill conditions or geologic faults. In addition, assessment of environmental conditions, including investigation for hazardous materials/pollutants/wastes, regulatory compliance, threatened or endangered species, cultural resources, floodplains, and jurisdictional wetlands were beyond the scope of our study. 9.2.2 Warranty The professional services that form the basis for this report have been performed using that degree of care and skill ordinarily exercised, under similar circumstances, by reputable TWE Project No. 23.53.021 9-1 Report No. 32339 geotechnical engineers practicing in the same locality. No warranty, expressed or implied, is made as to the professional advice set forth. 9.2.3 Subsurface Variations Our interpretations of subsurface conditions are based on data obtained at the boring locations only and at the time of our field exploration. Subsurface variations could exist between the boring locations and at areas not explored. The validity of our recommendations is based, in part, on assumptions made about subsurface conditions in areas not explored. Such assumptions can only be confirmed during construction. Therefore, construction observations by qualified geotechnical representatives are recommended to check for variations in subsurface conditions. Significant changes from our assumptions could require modification to our findings and recommendations. 9.2.4 Construction Documents This geotechnical engineering report is intended to assist in the planning and design of the project and is neither appropriate nor intended for use as technical specifications. This report should not be incorporated into the construction documents, either directly or by reference. 9.2.5 Report Reliance This report was prepared as an instrument of service for the sole and exclusive use by Lockwood, Andrews, & Newnam, Inc., subject to the limitations stated herein and with specific application to the referenced project. This report should not be applied for any other purpose or project, expect as described herein. This report shall remain the property of Tolunay-Wong Engineers, Inc. No third party may use or rely upon the information provided herein without our express written consent. If any party other than Lockwood, Andrews, & Newnam, Inc. chooses to rely on this instrument without our consent, said party expressly waives any rights it may otherwise have to claim its reliance on this instrument of professional service that resulted in injury, loss, or damage of any kind and will defend and indemnify Tolunay-Wong Engineers, Inc., from any such claim. 9.2.6 Report Distribution This report is intended to be used in its entirety. This report should be considered in whole and should not be distributed or made available in partial form. If any changes in the nature, design or location of the project are planned, the conclusions and recommendations contained in this report should not be considered valid unless the changes are reviewed and the conclusions modified or verified in writing by TWE. TWE is not responsible for any claims, damages or liability associated with interpretation or reuse of the subsurface data or engineering analyses without the expressed written authorization of TWE. This geotechnical engineering report is intended to assist in the planning and design of the project and is neither appropriate nor intended for use as technical specifications. This report should not be incorporated into the construction documents either directly or by reference. We recommend the Client engage the services of a Design Engineer to perform final design of any site improvements and to prepare construction plans and specifications. TWE Project No. 23.53.021 9-2 Report No. 32339 APPENDIX A LAN & TWE DRAWINGS TWE Project No. 23.53.021 Report No. 32339 GULFSP rt`r. • r ;fir• SURFBOARD AVE BUSHICK PL • Aa F BURLESON ST k n W 11 g co H Z W 2 _ H i — cc re O a • - y W as • z 0 U re <L 0 O I Q W m 2 H 0 Z Date 11/21/2022 a q) 23.53.021-2 LONGITUDE z z o o 0 1111 1111111111111111111111 a w 0 c7 Ca v o w 1111111111111111111111 PROPOSED BORING LOCATIONS 01031111111111111111111 0 Sr' PREVIOUS BORING LOCATION APPENDIX B SOIL BORING LOGS AND A KEY TO TERMS AND SYMBOLS USED ON BORING LOGS TWE Project No. 23.53.021 Report No. 32339 LOG OF BORING B-1 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL O cn 0 • c O F T 0 0 Z 0 O m z > m co m m m QO 0 oz z cc)(O ✓ v N A W(O - N (n ^,1 'Co N O O 01 (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED Wash Bored: to MATERIAL DESCRIPTION x -- ,;; Loose brown CLAYEY SAND (SC) 5/6" 10 34 20 17 3/6" color changes to tan and light gray 5/6" _ :;, , 4/6" ,..,..,, �7 4/6" - Medium dense tan and white POORLY 3/6" 21 3 4/6" GRADED SAND (SP) 7/6" - -color changes to white, tan, and dark gray 6/6" 10/6" — 10 8/6" �'''z' �%%' Very loose white and tan POORLY GRADED 1/6" 26 12 — 15 SAND with CLAY (SP-SC) W 0 H Bottom @ 15' — 20 — 25 — 30 — 35 COMPLETION DEPTH: 15 ft NOTES: Water encountered at a depth of about 4.9-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/24/23 minutes, water level measured at a depth of 4.3-ft. Boring was terminated at 15.0- DATE BORING COMPLETED: 5/24/23 ft LOGGER: J.Villarreal PROJECT NO.: 23.53.021 Page 1 of 1 TOLUNAY-WONG ENGINEERS, INC 1 LOG OF BORING B-2 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL 0 C/) 0 c O r 0 O Z m� 0 m z E 3ym D r m � o m = < cn P- P- 0 -I r o co Ni v m Wco CC) 0 0 1 w o0 -71 Z (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED —5 - - 10 15 — 20 — 25 — 30 — 35 X'r, r 'r' Loose brown CLAYEY SAND (SC) -becomes medium dense and color changes to ig t gray and tan - 5i6„ 3/6" 4/6" 5/6" 6/6" 5/6" 7/6" 10/6" 20 15 X Medium dense brown and gray POORLY GRADED SAND (SP) 5/6" 6/6" 8/6° 26 4 �r xr.2 rg.1.?,' " Medium dense brown and gray POORLY GRADED SAND with CLAY (SP-SC) 5/6" 5/6" 23 6 Bottom @ 15' COMPLETION DEPTH: 15 ft DATE BORING STARTED: 5/24/23 DATE BORING COMPLETED: 5/24/23 LOGGER: J.Villarreal PROJECT NO.: 23.53.021 TOLUNAY-WONG NOTES: Water encountered at a depth of minutes, water level measured at ft ENGINEERS, INC about 5.0-ft while advanc ng the boring. After 15 a depth of 4.7-ft. Boring was terminated at 15.0- Page 1 of 1 LOG OF BORING B-3 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'40.20" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°23'07.50" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0' to 30' Wash Bored: 30' to 120' MATERIAL DESCRIPTION X/ . . . . . . . . . . . . . . . 'C•M \ }•\'\'h �\"C•M \ 1•\'\'h �\"l•M Y }•\'\'h �\"C•M \ 1•\�\'h�\'•l•M \ 1•\'\'h �C"t•s Medium dense dark gray POORLY GRADED 5/6" �\ SAND with CLAY (SP-SC) v 6/6" 7/6" - X �becomes very loose and color changes to light2�6 20 5 — 5 gray 2/6" -becomes loose 5/6" X 3/6" 2/6" -becomes medium dense and color changes to 4/6" 2/6" 10 gray 9/6" - : L Loose gray CLAYEY SAND (SC) 6/6" 3/6" 25 35 — 15 ...// 3/6" - _ /:/:, rrr r r.r.r ,rrrr :rr..r..z zr_r_z %r%r -becomes medium dense and color changes to 3/6" _ — 20 r' ' ' zrr._r zz .yrry dark gray 6/6" 7/6" :rr..r..r. r r_ r_ z - MY :rr..r./ rr.r.r yrrr r zzrz zr_rz r XX( %%%% - -becomes very loose 1/6" 2/6" — 25 ,;.,.f 2/6" Very soft dark gray SANDY LEAN CLAY (CL) W.O.H 29 31 14 58 W.O.H 30 W.O.H - W.O.H W.O.H — 35 z/. . 2/6" COMPLETION DEPTH: 120 ft NOTES: Water encountered at a depth of about 4.5-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/26/23 minutes, water level measured at a depth of 3.25-ft. Boring was terminated at 120- DATE BORING COMPLETED: 5/27/23 ft LOGGER: J.Villarreal PROJECT NO.: 23.53.021 Page 1 of 4 TOLUNAY-WONG ENGINEERS, INC LOG OF BORING B-3 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'40.20" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°23'07.50" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0' to 30' Wash Bored: 30' to 120' MATERIAL DESCRIPTION _ Very soft dark gray SANDY LEAN CLAY (CL) W.O.H (cont'd.) w.o.H = 40 ./. . Very soft dark gray LEAN CLAY (CL) (P)0.25 54 70 94 — 45 (P)0.25 — 50 -becomes stiff 6/6" 8/6" 55 7 /6" _ _ -becomes soft 2/6" 55 49 23 93 60 1/6" 2/6" _ j W.O.H j 2/6" — 65 2/6" _ _ j _ -becomes firm 2/6" — 70 / \ j 5/6" 3/6" _ _ %�% Medium dense dark gray and tan CLAYEY 7/6" 27 31 17 37 7/6" —75 SAND (SC) 10/6" COMPLETION DEPTH: 120 ft NOTES: Water encountered at a depth of about 4.5-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/26/23 minutes, water level measured at a depth of 3.25-ft. Boring was terminated at 120- DATE BORING COMPLETED: 5/27/23 ft LOGGER: J.Villarreal PROJECT NO.: 23.53.021 Page 2 of 4 TOLUNAY-WONG ENGINEERS, INC LOG OF BORING B-3 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'40.20" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°23'07.50" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0' to 30' Wash Bored: 30' to 120' MATERIAL DESCRIPTION tan CLAYEY ://: / Medium dense dark gray and ;;;; S SAND (SC) (cont'd) rrr% -becomes dense 14/6" :rrrr 18/6" $0 r r r z 25/6" 7rrr rr_r_z - 7rrr 7r.r.r 777y :zzr_ :y:77y 7z7z 7zzz 7r..7. 15/6" 15/6" 85 ✓.,.✓., 16/6" - Very stiff dark gray SANDY LEAN CLAY (CL) 10/6" 52 62 90 1 6// 6" _ - : -color changes to gray 7/6" 9/6" — 95 9/6" -becomes stiff and color changes to dark gray 3/6" - 2/6" 100 12/6" " Dense gray POORLY GRADED SAND with 28/6" 18 10 r:r .: 27/6" - ,.Xx<" Er i r:e CLAY (SP-SC) rit.� l'i. i7 21/6" rxx E i:r F - zzn[ r:z i:! _ ° -becomes medium dense 4/6" r F' 6/6" 110 >: ,i., 7/6" - Ezri : i r.)d l'i. COMPLETION DEPTH: 120 ft NOTES: Water encountered at a depth of about 4.5-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/26/23 minutes, water level measured at a depth of 3.25-ft. Boring was terminated at 120- DATE BORING COMPLETED: 5/27/23 ft LOGGER: J.Villarreal PROJECT NO.: 23.53.021 Page 3 of 4 TOLUNAY-WONG ENGINEERS, INC LOG OF BORING B-3 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'40.20" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°23'07.50" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0' to 30' Wash Bored: 30' to 120' MATERIAL DESCRIPTION SAND with 2:,A Dense gray POORLY GRADED E ' 7 / /. CLAY (SP-SC) (cont'd) yy i" -becomes dense 10/6" 18/6" —115 ' ,. • i•r. r. z ,, z z.r s 26/6" (:f Eix z.r :7 ,. Hard gray SANDY LEAN CLAY (CL) 16/6" 16 60 ii 17/6" 120 . 18/6" Bottom @ 120' — 125 — 130 — 135 — 140 — 145 COMPLETION DEPTH: 120 ft NOTES: Water encountered at a depth of about 4.5-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/26/23 minutes, water level measured at a depth of 3.25-ft. Boring was terminated at 120- DATE BORING COMPLETED: 5/27/23 ft LOGGER: J.Villarreal PROJECT NO.: 23.53.021 Page 4 of 4 TOLUNAY-WONG ENGINEERS, INC LOG OF BORING B-4 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'50.10" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°23'00.40" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0 to 30' Wash Bored: 30' to 120' MATERIAL DESCRIPTION XMedium dense brown CLAYEY SAND (SC) 3/6„ 13 45 .,,,, 6/6" .r..rrz rr.r.z rrr.r — ;7, -becomes loose and color changes to tan and 4/6" 4/6" — 5rrrt rrr.r rr.r, yrr/ .zzz,77 rr `rr`-becomes r��� white - - medium dense 6/6" 4/6" 6/6" - `;;; 5/6" - ;r; . Very loose gray POORLY GRADED SAND 4/6„ 19 12 %�%? with CLAY (SP-SC) 2/6" Y•r i:r ' z •J. i:i4 ,i %:Y , /f X,4 ir,; t. ,4J �.� W.O.H 15 r•e W.O.H ;-;;:,1',! izx. • r:Z i:Y /; i�; i. — 1:l / J _ •/:y 'r'.` riz :) -becomes loose !? 4/6" 4/6" y y5 5/6" 20 .%:r /. — :'•;1 •zi.z Fa r:i J'J. %;ii rr/r - XLoose gray CLAYEY SAND (SC) W.O.H 4O. 28 13 — 25 4/6" //, - -becomes very loose W.O.H 1/6" ,, 1/6" - cr:z:r /:,:, _ rrr r.r.r Very soft gray LEAN CLAY with SAND (CL) w.O.H W.O.H 30 30 10 81 35 � W.O.H COMPLETION DEPTH: 120 ft NOTES: Water encountered at a depth of about 6.9-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/25/23 minutes, water level measured at a depth of 5.6-ft. Boring was terminated at 120-ft DATE BORING COMPLETED: 5/26/23 LOGGER: J.Villarreal PROJECT NO.: 23.53.021 Page 1 of 4 TOLUNAY-WONG ENGINEERS, INC LOG OF BORING B-4 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'50.10" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°23'00.40" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0 to 30' Wash Bored: 30' to 120' MATERIAL DESCRIPTION with SAND (CL) W.O.H Very soft gray LEAN CLAY 40 - (cont'd) W.O.H 2/6" Firm gray FAT CLAY (CH) (P)0.75 64 65 95 43 98 — 45 / ';', Very loose gray CLAYEY SAND (SC) (P)0.50 32 40 — 50 - ::: *rr rr.r.r rrrr -becomes medium dense 5/6„ :,,,, 55 8/6" •ZZZ, •ZZZ, :! %, :, I:/./., -4:-.', -becomes very loose W.O.H 1/6" — 60 1 /6" Firm gray SANDY LEAN CLAY (CL) (P)0.50 38 82 67 65 -becomes stiff 3/6" _ 5/6" 70 8/6" - » Medium dense gray POORLY GRADED SAND 19/6" 13 7 ' "" 14/6" — 75 •°: with CLAY (SP-SC) 12/6" COMPLETION DEPTH: 120 ft NOTES: Water encountered at a depth of about 6.9-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/25/23 minutes, water level measured at a depth of 5.6-ft. Boring was terminated at 120-ft DATE BORING COMPLETED: 5/26/23 LOGGER: J.Villarreal PROJECT NO.: 23.53.021 Page 2 of 4 TOLUNAY-WONG ENGINEERS, INC LOG OF BORING B-4 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'50.10" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°23'00.40" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0 to 30' Wash Bored: 30' to 120' MATERIAL DESCRIPTION GRADED SAND :?)`a Medium dense gray POORLY E .r:, Ei?., v:.z.r ,. , with CLAY (SP-SC) (cont'd) ;r:7 E ;' i:, ; - 80 /.y z r:r /., '.,:' Xr -becomes dense F, '. ia: 4 % ? ;.-' 14/6" 24/6" 19/6" is,%:•r z ,l:i. E i:Y z.r . 1:1 ✓:i ,Z X Y;Y!! Very stiff gray and brown FAT CLAY with 10/6" 39 50 26 84 85 SAND CH (CH) 11/6" 1/6" / -becomes stiff 3/6" 5/6" 90 6/6" _ j -becomes soft and color changes to gray W.O.H W.O.H - 95 W.O.H -becomes hard 14/6" 24/6" — 100 ' 25/6" - .- ,., Dense gray POORLY GRADED SAND with 15 10 > >�% CLAY (SP-SC) 12//6""„ 31/6" - E ,,z.r :r it X •r. — Ei:%F zzz.[ " " -becomes medium dense 12/6" _ r z. 8/6" 110 •>: , it Errr r: r; d i.?� r' 5/6" COMPLETION DEPTH: 120 ft NOTES: Water encountered at a depth of about 6.9-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/25/23 minutes, water level measured at a depth of 5.6-ft. Boring was terminated at 120-ft DATE BORING COMPLETED: 5/26/23 LOGGER: J.Villarreal PROJECT NO.: 23.53.021 Page 3 of 4 TOLUNAY-WONG ENGINEERS, INC LOG OF BORING B-4 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'50.10" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°23'00.40" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0 to 30' Wash Bored: 30' to 120' MATERIAL DESCRIPTION SAND with % Dense gray POORLY GRADED ?:z" CLAY (SP-SC) (cont'd) y ,;- 6/6" 115 %'%F zi: ' ' 15/6" 13/6" z:z,fi '' ' < ,+ • XX- !:iF? XI v 1:Z Z.$ /% • -becomes dense 15/6" 13 9 %:v X'l• 28/6" 120 z•r z. 22/6" Bottom @ 120' — 125 — 130 — 135 — 140 — 145 COMPLETION DEPTH: 120 ft NOTES: Water encountered at a depth of about 6.9-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/25/23 minutes, water level measured at a depth of 5.6-ft. Boring was terminated at 120-ft DATE BORING COMPLETED: 5/26/23 LOGGER: J.Villarreal PROJECT NO.: 23.53.021 Page 4 of 4 TOLUNAY-WONG ENGINEERS, INC LOG OF BORING B-5 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'56.60" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°22'53.80" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0 to 45 Wash Bored: 45 to 75 MATERIAL DESCRIPTION rrrr ,,,,, Loose dark gray CLAYEY SAND (SC) 2/6" 28 29 "" 777 xr:rr srr..ra zr_zr 3/6" 'rr' - -color changes to gray 3/6" _ 3/6" '.r ..r..: 3/6" — 5 „, ; - ;;' -becomes very loose 2/6" W.O.H 32 29 - W.O.H %lll -color changes to dark gray 1/6" 58 29 7 37 W.O.H W.O.H ./....:/ r iri.r zrrrr r_r_z ir.r.r W.O.H W.O.H — 15 .zr_zz rrzr W.O.H :rr..r..r. - rr.r.r :zzzr :rrrr zrrr rrrr 'zrrr rrrr - zrrr rrrr \ / :Z -becomes loose 2 O.H 23 16 20 "" ,/, ,./r, 6/6" - -''' - -becomes very loose W.O.H W.O.H 25 ; ,,, W.O.H r.,. - \J�/ r �r -becomes loose 2/6; — 30 / \� %% z:r..r..z zr.r.r :zr..r..r. zr_r_z 3/6" :rrrr :rr..r..r. - zr_r_z :rrrr :rrr..r rrrr - .rrrr zrrr Very soft dark gray and brown SANDY LEAN W.O.H 32 30 12 61 35 CLAY (CL) W.O. H w.o.H COMPLETION DEPTH: 75 ft NOTES: Water encountered at a depth of about 5.7-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/24/23 minutes, water level measured at a depth of 5.3-ft. Boring was terminated at 75.0- DATE BORING COMPLETED: 5/24/23 ft LOGGER: J. Villarreal PROJECT NO.: 23.53.021 Page 1 of 3 TOLUNAY-WONG ENGINEERS, INC LOG OF BORING B-5 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'56.60" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°22'53.80" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0 to 45 Wash Bored: 45 to 75 MATERIAL DESCRIPTION Very soft dark gray and brown SANDY LEAN (P)0.25 CLAY (CL) (cont'd) 40 Soft dark gray and brown FAT CLAY (CH) (P)0.5 64 64 80 58 0.32 15 22 99 — 45 -becomes very soft W.O.H W.O. H = 50 W.O.H -becomes stiff 4/6" 55 / / ji 4/6" /6" Soft dark gray FAT CLAY wit SAND (CH) W.O.H 2/6" 39 82 - — 60 } 2/6" _ / -becomes very soft w.O.H W.O.H — 65 / 2/6" - , 'Z% V /: L Loose dark gray CLAYEY SAND (SC) 4/6" 5/6" 22 15 5/6" - ,- z,: ; -becomes dense 16/6" 15/6" — 75 18/6" COMPLETION DEPTH: 75 ft NOTES: Water encountered at a depth of about 5.7-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/24/23 minutes, water level measured at a depth of 5.3-ft. Boring was terminated at 75.0- DATE BORING COMPLETED: 5/24/23 ft LOGGER: J. Villarreal PROJECT NO.: 23.53.021 Page 2 of 3 TOLUNAY-WONG ENGINEERS, INC LOG OF BORING B-5 PROJECT: North Beach Drainage Improvements CLIENT: Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Corpus Christi, Texas ELEVATION (FT) DEPTH (FT) SAMPLE TYPE SYMBOL COORDINATES: N 27°49'56.60" (P) POCKET PEN (tsf) (T) TORVANE (tsf) STD. PENETRATION TEST BLOWCOUNT MOISTURE CONTENT(%) DRY UNIT WEIGHT (pcf) LIQUID LIMIT (%) PLASTICITY INDEX (%) COMPRESSIVE STRENGTH (tsf) FAILURE STRAIN (%) CONFINING PRESSURE (psi) PASSING #200 SIEVE (%) OTHER TESTS PERFORMED W 97°22'53.80" SURFACE ELEVATION: DRILLING METHOD: Dry Augered: 0 to 45 Wash Bored: 45 to 75 MATERIAL DESCRIPTION Bottom @ 75' 80 — 85 — 90 — 95 — 100 — 105 — 110 COMPLETION DEPTH: 75 ft NOTES: Water encountered at a depth of about 5.7-ft while advanc ng the boring. After 15 DATE BORING STARTED: 5/24/23 minutes, water level measured at a depth of 5.3-ft. Boring was terminated at 75.0- DATE BORING COMPLETED: 5/24/23 ft LOGGER: J. Villarreal PROJECT NO.: 23.53.021 Page 3 of 3 TOLUNAY-WONG ENGINEERS, INC KEY TO SYMBOLS AND TERMS USED ON BORING LOGS FOR SOIL v Most Common Unified Soil Classifications System Symbols Lean Clay (CL) Lean Clay w/ Sand (CL) Sandy Lean Clay (CL) Fat Clay (CH) Fat Clay w/ Sand (CH) Sandy Fat Clay (CH) Silty Clay (CL-ML) Sandy Silty Clay (CL-ML) Silty Clayey Sand (SC-SM) Clayey Sand (SC) Sandy Silt (ML) Silty Sand (SM) Silt w/ Sand (ML) Fill ♦ ♦ a o r s ' /♦ 1 /•/' • • • • • • Miscellaneous Materials A ..A Well Graded Sand (SW) Well Graded Sand w/ Gravel (SW -GM) Poorly Graded Sand (SP) Poorly Graded Sand w/ Silt (SP-SM) Silt (ML) Elastic Silt (MH) Elastic Silt w/ Sand (MH-SP) Silty Gravel (GM) Clayey Gravel (GC) Well Graded Gravel (GW) Well Graded Gravel w/ Sand (SP-GM) Poorly Graded Gravel (GP) Peat Concrete Asphalt and/or Base Sampler Symbols Meaning 1 Z Pavement core Thin - walled tube sample Standard Penetration Test (SPT) Auger sample Sampling attempt with no recovery eTxDOT Cone Penetrometer Test Field Test Data 2.50 Pocket penetrometer reading in tons per square foot (T)1.13 Torvane Measurement in tons per square foot 8/6" Blow count per 6 - in. interval of the Standard Penetration Test Observed free water during drilling Observed static water level Laboratory Test Data We (%) Dens. (pcf) Qu (tsf) UU (tsf) Str. (%) LL PI #200 (%) O * ** Moisture content in percent Dry unit weight in pounds per cubic foot Unconfined compressive strength in tons per square foot Compressive strength under confining pressure in tons per square foot Strain at failure in percent Liquid Limit in percent Plasticity Index Percent passing the No. 200 mesh sieve Confining pressure in pounds per square inch Slickensided failure Did not fail @ 15% strain RELATIVE DENSITY OF COHESIONLESS & SEMI-COHESIONLESS SOILS The following descriptive terms for relative density apply to cohesionless soils such as gravels, silty sands, and sands as well as semi -cohesive and semi-cohesionless soils such as sandy silts, and clayey sands. Relative Density Very Loose Loose Medium Dense Dense Very Dense Typical N60 Value Range* 0-4 5-10 11-30 31-50 Over 50 Pocket Penetrometer (tsf) pp< 0.50 0.50 < pp< 0.75 0.75 < pp< 1.50 1.50 <pp< 3.00 3.00 < pp< 4.50 pp>4.50 * N60 is the number of blows from a 140-1b weight having a free fall of 30-in. required to penetrate the final 12-in. of an 18-in. sample interval, corrected for field procedure to an average energy ratio of 60% (Terzaghi, Peck, and Mesri, 1996). CONSISTENCY OF COHESIVE SOILS The following descriptive terms for consistency apply to cohesive soils such as clays, sandy clays, and silty clays. Typical Compressive Strength (tsf) qu< 0.25 0.25 <_ qu< 0.50 0.50 <_ qu< 1.00 1.00_<qu< 2.00 2.00 _< qu< 4.00 q u>_ 4.00 Consistency Very soft Soft Firm Stiff Very Stiff Hard Typical SPT "N 6o" Value Range** 2 3-4 5-8 9-15 16-30 >_31 ** An "N6„" value of 31 or greater corresponds to a hard consistency. The correlation of consistency with a typical SPT "N60' value range is approximate. REVISION DATE 1-5-12 GEOSYSTEM Tolunay-Wong Engineers, Inc. APPENDIX C ALLOWABLE AXIAL CAPACITY CURVES TWE Project No. 23.53.021 Report No. 32339 ALLOWABLE AXIAL CAPACITY VERSUS DEPTH DDP LOCATION B-3 CAPACITY Allowable Axial Capacity (kips) 0 50 100 150 200 250 300 3.50 400 450 500 0 Upper Exclusion Zone r +a + - 18 in Diameter DDP - Axial Compression 20 — — 18-in Diameter DDP - Axial Tension 1 —24-in Diameter DDP - Axial Compression . 11 — — 24-in Diameter DDP Axial Tension - tration Detph (ft) O� A O O 1 1 11 �1 1 1 1 11 1 1 Pile Pene o a O O 1 % 1 1 11 X 1 N. N. ♦ ♦ ♦ ♦ , , , „------?'.--- NOTES: 1) Center -to -center spacing of the piles should be at least three (3) times the pile diameter. 2) A factor of safety of 3.0 is recommended for allowable compression capacity. 3) A factor of safety of 3.0 is recommended for allowable tension loads (does not include weight of pile). Project North Beach Drainage Improvements Corpus Christi, Texas TO 1 u nay -Wong Engineers, Inc. 10 Project No. 23.53.021 Report No. 32339 Client Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Allowable Axial Capacity versus Depth DDP Location B-3 Capacity Appendix: C Figure: 1 ALLOWABLE AXIAL CAPACITY VERSUS DEPTH ACIP LOCATION B-3 CAPACITY Allowable Axial Capacity (kips) 0 25 50 7.5 100 125 150 175 200 225 250 0 Upper Exclusion Zone ♦ —18-in ACIP Axia 20 Diameter Compression 1 — — 18-in Diameter ACIP - Axial Tension Diameter ACIP Axial Compression 1 —24-in - 1 1 — — 24-in Diameter ACIP Axial Tension Pile Penetration Detph (ft) O O O O 1 11 %1 1 \ \ 1 1 1 1 1 1 1 \ \ \ 1 • % 1 % \ 1 \ % \ % 1 ♦ ♦ \ ♦ \ ♦ \ ♦ ♦ ♦ • • ♦ \ ♦ \ ♦ ♦ ♦ ♦ • • ♦ 1U NOTES: 1) Center -to -center spacing of the piles should be at least three (3) times the pile diameter. 2) A factor of safety of 3.0 is recommended for allowable compression capacity. 3) A factor of safety of 3.0 is recommended for allowable tension loads (does not include weight of pile). Project North Beach Drainage Improvements Corpus Christi, Texas TO 1 u nay -Wong Engineers, Inc. Op Project No. 23.53.021 Report No. 32339 Client Lockwood, Andrews & Newnam, inc. Corpus Christi, Texas Allowable Axial Capacity versus Depth ACIP Location B-3 Capacity Appendix: C Figure: 2 ALLOWABLE AXIAL CAPACITY VERSUS DEPTH DDP LOCATION B-4 CAPACITY Allowable Axial Capacity (kips) 0 100 200 300 400 500 600 0 Upper Exclusion Zone ,, III-18-in Diameter DDP - Axial Compression 20 �4 — — 18-in Diameter DDP - Axial Tension \\ 24-in Diameter DDP Axial Compression , - — — 24-in Diameter DDP - Axial Tension 40 11 1 1 1 1 11 4 ♦ Pile Penetration Del 1 0 00 01 0 0 0 I 1 1 ♦ ♦ ♦ ♦ • • \ ♦ ♦ ♦ \ ♦ • ♦ • ♦ N• \ ♦ ♦ ♦ • ILV NOTES: 1) Center -to -center spacing of the piles should be at least three (3) times the pile diameter. 2) A factor of safety of 3.0 is recommended for allowable compression capacity. 3) A factor of safety of 3.0 is recommended for allowable tension loads (does not include weight of pile). Project North Beach Drainage Improvements Corpus Christi, Texas T olu n ay-W 0 n g Engineers, Inc. Project No. 23.53.021 Report No. 32339 Client Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Allowable Axial Capacity versus Depth DDP Location B-4 Capacity Appendix: C Figure: 3 ALLOWABLE AXIAL CAPACITY VERSUS DEPTH ACIP LOCATION B-4 CAPACITY Allowable Axial Capacity (kips) 0 25 50 75 100 125 150 175 200 225 250 275 300 0 ' ' 't Upper Exclusion Zone • IJ� 20 18 in Diameter ACIP - Axial Compression 1 1 — — 18-in Diameter ACIP - Axial Tension 1— 24-in Diameter ACIP - Axial Compression — 24-in Diameter ACIP - Axial Tension Pile Penetration Detph (ft) 1 O 00 OT A O O O O 111111111 1111151111111 II 1111111111611. 1111 111,1111111., III!!!!!I!IHNi!Ij'!iiiIIIIIlIIIIIlIIIIIIlIIlIIIlIII O ,� __ ;----���. IIIIIIIIIIIIIIIIIIIII ., •I 1lI� IIIIIIIIIIIIIIIIIIIIIII Ih!!UIIIIIIi.._ ',, ILV NOTES: 1) Center -to -center spacing of the piles should be at least three (3) times the pile diameter. 2) A factor of safety of 3.0 is recommended for allowable compression capacity. 3) A factor of safety of 3.0 is recommended for allowable tension loads (does not include weight of pile). Project North Beach Drainage Improvements Corpus Christi, Texas Op To 1 u n ay -Wong Engineers, Inc. Project No. 23.53.021 Report No. 32339 Client Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Allowable Axial Capacity versus Depth ACIP Location B-4 Capacity Appendix: C Figure: 4 ALLOWABLE AXIAL CAPACITY VERSUS DEPTH DDP LOCATION B-5 CAPACITY Allowable Axial Capacity (kips) 0 100 200 300 400 500 600 0 I IUpper Exclusion Zone I ll 18-m Diameter DDP - Axial Compression Il 1 0 I 1 — — 18-in Diameter DDP - Axial Tension 24-in Diameter DDP Axial Compression - 1 I — — 24-in Diameter DDP - Axial Tension Pile Penetration Detph (ft) J C" Vi A W N O O O O O O 1 1 II II I I II II 1 I I I 1 II II II II II I 1 I 1 11 II 1 II I I I I 1 I 1 I ♦ NOTES: 1) Center -to -center spacing of the piles should be at least three (3) times the pile diameter. 2) A factor of safety of 3.0 is recommended for allowable compression capacity. 3) A factor of safety of 3.0 is recommended for allowable tension loads (does not include weight of pile). Project North Beach Drainage Improvements Corpus Christi, Texas T olu n ay-W o n g Engineers, Inc. Project No. 23.53.021 Report No. 32339 Client Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Allowable Axial Capacity versus Depth DDP Location B-5 Capacity Appendix: C Figure: 5 ALLOWABLE AXIAL CAPACITY VERSUS DEPTH ACIP LOCATION B-5 CAPACITY Allowable Axial Capacity (kips) 0 25 50 75 100 125 150 175 200 225 250 0 1 11111111 IUpper Exclusion Zone I Ii ' 18-in Diameter ACIP Axial Compression 10 — — 18-in Diameter ACIP - Axial Tension Diameter ACIP 20 —24-in - Axial Compression — — 24-in Diameter ACIP Axial Tension Pile Penetration Detph (ft) J Q" Vi A W O O O O O II II n I% I I I I% I • I I 1 I% I 1 I I I I I • 1 • • • • NOTES: 1) Center -to -center spacing of the piles should be at least three (3) times the pile diameter. 2) A factor of safety of 3.0 is recommended for allowable compression capacity. 3) A factor of safety of 3.0 is recommended for allowable tension loads (does not include weight of pile). Project North Beach Drainage Improvements Corpus Christi, Texas Op T olu n ay-W o n g Engineers, Inc. Project No. 23.53.021 Report No. 32339 Client Lockwood, Andrews & Newnam, Inc. Corpus Christi, Texas Allowable Axial Capacity versus Depth ACIP Location B-5 Capacity Appendix: C Figure: 6 APPENDIX D LPILE DESIGN PARAMETERS TWE Project No. 23.53.021 Report No. 32339 Table: Lateral Analysis Soil Design Parameters Gulfspray Ave (B-3) LPILE Soil Type Depth (ft) Effective Unit Weight, y (pcf) Cohesion, c (psf) Friction Angle (,) Static Lateral Modulus, k (pci) Strain Factor, E50 Top Bottom Sand (Reese) 0 4 95 -- 30 90 -- Sand (Reese) 4 13 33 -- 30 20 -- Sand (Reese) 13 28 38 -- 37 20 -- Soft Clay (Matlock) 28 53 33 700 -- 100 0.010 Stiff Clay without Free Water 53 73 38 1,000 -- 100 0.010 Sand (Reese) 73 88 43 -- 37 125 -- Stiff Clay without Free Water 88 103 53 2,500 -- 1,000 0.005 Sand (Reese) 103 118 53 -- 39 125 -- Stiff Clay without Free Water 118 120 68 4,000 -- 1,000 0.005 North Beach Drainage Improvements Corpus Christi, Texas Tolunay-Wong Engineers, Inc. Project Number: 23.53.021 Report Number: 32339 Lockwood, Andrews, & Newnam, Inc. Corpus Christi, Texas Lateral Analysis Soil Design Parameters Appendix D Figure 1 Table: Lateral Analysis Soil Design Parameters Beach Ave. (B-4) LPILE Soil Type Depth (ft) Effective Unit Weight, y (pcf) Cohesion, c (Psf) Friction Angle (,) Static Lateral Modulus, k (pci) Strain Factor, E50 Top Bottom Sand (Reese) 0 4 95 -- 32 25 -- Sand (Reese) 4 8 33 -- 32 20 -- Sand (Reese) 8 18 38 -- 26 20 -- Sand (Reese) 18 28 38 -- 33 20 -- Sand (Reese) 28 33 38 -- 30 20 -- Soft Clay (Matlock) 33 48 45 750 -- 100 0.010 Sand (Reese) 48 63 43 -- 33 20 -- Stiff Clay without Free Water 63 73 51 2,100 -- 1,000 0.005 Sand (Reese) 73 83 53 -- 37 125 -- Stiff Clay without Free Water 83 103 58 1,800 -- 500 0.007 Sand (Reese) 103 120 58 -- 35 125 -- North Beach Drainage Improvements Corpus Christi, Texas Tolunay-Wong Engineers, Inc. Project Number: 23.53.021 Report Number: 32339 Lockwood, Andrews, & Newnam, Inc. Corpus Christi, Texas Lateral Analysis Soil Design Parameters Appendix D Figure 2 Table: Lateral Analysis Soil Design Parameters Fallout Structure (B-5) LPILE Soil Type Depth (ft) Effective Unit Weight, y (pcf) Cohesion, c (psf) Friction Angle (,) Static Lateral Modulus, k (pci) Strain Factor, £50 Top Bottom Sand (Reese) 0 4 95 -- 30 225 -- Sand (Reese) 4 18 33 -- 26 125 -- Sand (Reese) 18 33 38 -- 26 125 -- Soft Clay (Matlock) 33 63 28 700 -- 100 0.010 Sand (Reese) 63 75 38 -- 35 125 -- North Beach Drainage Improvements Corpus Christi, Texas Tolunay-Wong Engineers, Inc. Project Number: 23.53.021 Report Number: 32339 Lockwood, Andrews, & Newnam, Inc. Corpus Christi, Texas Lateral Analysis Soil Design Parameters Appendix D Figure 3 NORTH BEACH DRAINAGE, STREET AND ECO PARK IMPROVMENTS APPENDIX D North Beach QLA SUE Colliers Engineering and Desing October 24, 2024 North Beach Drainage, street, and Eco Park Improvements Project Numbers 18007, 18162, 22142, 23167 Test Hole Project Name: Utility Type: North Beach QLA SUE Gas Data Sheet Client Name: Utility Owner: Lockwood, Andrews & Newnam, Inc. COCC TH1 Client Job Number: SUE Crew: Address 24011587A J. De La Rosa, A.Tovar 4201 Gulfbreeze Boulevard, Corpus Christi, Texas 78402 Date of Work I 2024-10-24 I Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) t 1 E n g i n r i n Rod &Cap 17191247.41 1344849.46 3.63' CoControl Point 5/8 CIRS 17191707.89 1344716.46 4.73' Design Control Point 5/8 CIRS 17193114.11 1346006.71 4.58' Test Hole Data Test Hole Diagram A Surface Type/Hard Top (Inches): Natural Ground B Soil Conditions: Wet Dirt, Sand 0 " •' a C Depth to Top of Utility: 2.46' 0 C *Elevation at Top of Utility: 1.17' *Depth D to Bottom of Utility: 0.84' D *Elevation at Bottom of Utility: at 0.84' O X O WA E Utility Material Type: Steel F Diameter of Utility Vert/Horiz: 4" G Pipe I d I Box I I Elliptical I Complex I I Other I O O C7 7 Control Point Information / General Notes Pipe Box Elliptical Complex Other N/A Board Photo Type Diameter Photo Site Overview I Schematic Overview 6 En9ineenngD ffice:(. _ a Design Q_`y Project #:ayO!Kg 7 _= TYPe. ulu�a o,�.' �. Size: . Material: ��%�. 9- Crew: zia, /1.T ;{ •.i Notes:F.' ti '.. '^' • I. ri 1 �� - k-' / 5 y / C \ �/ , 7' - rF'S LJ / f A�9y i 9p.d i' � . l .q J� �- �t' '- �$ ,,/,,, r : q,� •5 t r. _, Colliers Engineering & Design �e`..t y ft 4 s T, \ l � y ,1 4 vd•- I.F.. Rev # Date Description Test Hole Data Sheet TH2 Address Project Name: North Beach QLA SUE Client Name: Lockwood, Andrews & Newnam, Inc. Client Job Number: 24011587A 4201 Gulfbreeze Boulevard, Corpus Christi, Texas 78402 Date of Work Colliers A B C C D D E F G N/A 2024-10-24 Engineering Design Test Hole Data Utility Type: Water Utility Owner: COCC SUE Crew: J. De La Rosa, A.Tovar Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) Rod & Cap Control Point 5/8 CIRS Control Point 5/8 CIRS Surface Type/Hard Top (Inches): Soil Conditions: Depth to Top of Utility: *Elevation at Top of Utility: *Depth to Bottom of Utility: Natural Ground Wet Dirt, Sand 2.04' 1.00' 2.71' *Elevation at Bottom of Utility: Utility Material Type: Diameter of Utility Vert/Horiz: 0.33' PVC 8" Pipe d Box I Elliptical Board Photo ) TesHoie Data Date:0' Eoglreefiog r aoe 9 Office: Project # 16059 11 TH#: enI Type:_*1 Size:A_ Material:_ ?ILJ' , . E , Depth:.f'a, to Crew: ; 3 • Date Complex I I Other Site Overview 17191250.51 1344851.21 3.04' 17191707.89 17193114.11 1344716.46 4.73' 1346006.71 4.58' Control Point Information / General Notes Type Diameter Photo Description Test Hole Diagram SIME Schematic Overview Colliers Engineering & Design Test Hole Project Name: Utility Type: North Beach QLA SUE Sanitary Data Sheet Client Name: Utility Owner: Lockwood, Andrews & Newnam, Inc. COCC TH3 Client Job Number: SUE Crew: Address 24011587A J. De La Rosa, A.Tovar 100 Sandbar Avenue, Corpus Christi, Texas 78402 Date of Work I 2024-10-24 I Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) 't1 Engineering Rod & Cap 17193025.86 1346261.09 3.04' 11��,,C' Control Point 5/8 CIRS 17191707.89 1344716.46 4.73' Design n Control Point 5/8 CIRS 17193114.11 1346006.71 4.58' Test Hole Data L Test Hole Diagram A Surface Type/Hard Top (Inches): Natural Ground , , , -- B Soil Conditions: Wet Dirt, Sand `e,�` We e. C Depth to Top of Utility: 1.52' 0 C *Elevation at Top of Utility: 1.52' *Depth D to Bottom of Utility: 0.85' D *Elevation at Bottom of Utility: at 0.85' 0 X � � E Utility Material Type: PVC F Diameter of Utility Vert/Horiz: 8" G Pipe I d I Box I I Elliptical I Complex I I Other I O 0CID 6 Control Point Information / General Notes Pipe Box Elliptical Complex Other N/A Board Photo I Type Diameter Photo Site Overview I Schematic Overview 41tv :7 1 ° t 1 1 f Err A• CoOiers Date: At, t Office:0`r Project#:.•YQlli Pr% 2 TH# t 1ANifARY t TYPe 811 n Z Size: D ij, ' Material: ! Yl� lr Depth: ,� s 0 A T r , �� J ��� �' r�_ Notes Colliers Engineering & Design ( ,t r e Y- 1� i w If Rev # Date Description Test Hole Data Sheet TH4 Address Date of Work Project Name: North Beach QLA SUE Client Name: Lockwood, Andrews & Newnam, Inc. Client Job Number: 24011587A 100 Sandbar Avenue, Corpus Christi, Texas 78402 Colliers 2024-10-24 Engineering Design Utility Type: Water Utility Owner: COCC SUE Crew: J. De La Rosa, A.Tovar Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) Rod & Cap Control Point 5/8 CIRS Control Point 5/8 CIRS A B C C D D E F G Test Hole Data Surface Type/Hard Top (Inches): Soil Conditions: Depth to Top of Utility: *Elevation at Top of Utility: *Depth to Bottom of Utility: Natural Ground Wet Dirt, Sand 1.36' 1.39' 1.53' *Elevation at Bottom of Utility: Utility Material Type: Diameter of Utility Vert/Horiz: 1.22' Steel 2" Pipe d IBox I Elliptical Complex I I Other Control Point Information / General Notes 17193037.22 1346261.88 2.75' 17191707.89 17193114.11 1344716.46 4.73' 1346006.71 4.58' Test Hole Diagram N/A Board Photo Test Hole Data Date:0 EngineeAng B Design Officer L Project #: e M % i7 TH#: utt5, Da Type: WATIR Size: Material: ,tL Depth:__V(•30 Crew:_ _AT - Notes:___ Rev # Date Type Diameter Photo Description Site Overview Schematic Overview Colliers Engineering & Design Test Hole Data Sheet TH4A Address Project Name: North Beach QLA SUE Client Name: Lockwood, Andrews & Newnam, Inc. Client Job Number: 24011587A 100 Sandbar Avenue, Cor pus Christi, Texas 78402 Date of Work Colliers 2024-10-24 Engineering Design A Found Unknown 1" PVC pipe while digging TH Board Photo Test Hole Data Culhers Date: • V 11 Engineering c &Design Officer Project #1VOInt TH#: _ 4 !, Type: e Size:_ Material: Depth: Crew: 11, D Notes: E Rev # Date Test Hole Data Utility Type: Unknown Utility Owner: N/A SUE Crew: J. De La Rosa, A.Tovar Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) Rod & Cap 17193037.70 1346261.99 2.79' Control Point 5/8 CIRS 17191707.89 1344716.46 4.73' Control Point 5/8 CIRS 17193114.11 1346006.71 4.58' Surface Type/Hard Top (Inches): Soil Conditions: Depth to Top of Utility: Elevation at Top of Utility: Depth to Bottom of Utility: Elevation at Bottom of Utility: Utility Material Type: Diameter of Utility Vert/Horiz: Elliptical Control Point Information / General Notes 4 for the SS line. Type Diameter Photo Description Natural Ground Wet Dirt, Sand Complex Site Overview Test Hole Diagram Pipe Box Elliptical Cemptex Schematic Overview Colliers Engineering & Design Test Hole Data Sheet TH5 Address Project Name: North Beach QLA SUE Client Name: Lockwood, Andrews & Newnam, Inc. Client Job Number: 24011587A 100 Sandbar Avenue, Corpus Christi, Texas 78402 Date of Work Cofliers 2024-10-24 Engineering Design Utility Type: Electric Utility Owner: COCC SUE Crew: J. De La Rosa, A.Tovar Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) Rod & Cap 17193041.24 1346261.83 2.72' Control Point 5/8 CIRS 17191707.89 1344716.46 4.73' Control Point 5/8 CIRS 17193114.11 1346006.71 4.58' Test Hole Data A B C C E F Surface Type/Hard Top (Inches): Natural Ground Soil Conditions: Wet Dirt, Sand Depth to Top of Utility: 1.08' *Elevation at Top of Utility: 1.64' *Depth to Bottom of Utility: 1.16' *Elevation at Bottom of Utility: 1.56' Utility Material Type: PVC Diameter of Utility Vert/Horiz: (2) 1" Pipe V I Box I I Elliptical Complex I I Other Control Point Information / General Notes Found (2) 1" PVC pipes running together. Board Photo Type Diameter Photo Description Site Overview Test Hole Diagram Pipe Box Elliptical Complex Other Schematic Overview Colliers Engineering & Design Test Hole Data Sheet TH5A Address Project Name: North Beach QLA SUE Client Name: Lockwood, Andrews & Newnam, Inc. Client Job Number: 24011587A 100 Sandbar Avenue, Corpus Christi, Texas 78402 Date of Work Cofliers 2024-10-24 Engineering Design Utility Type: Unknown Utility Owner: N/A SUE Crew: J. De La Rosa, A.Tovar Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) Rod & Cap 17193040.91 1346263.2 2.71' Control Point 5/8 CIRS 17191707.89 1344716.46 4.73' Control Point 5/8 CIRS 17193114.11 1346006.71 4.58' A Test Hole Data Surface Type/Hard Top (Inches): Soil Conditions: Depth to Top of Utility: *Elevation at Top of Utility: *Depth to Bottom of Utility: Natural Ground Wet Dirt, Sand 0.90' 1.81' 0.98' *Elevation at Bottom of Utility: Utility Material Type: Diameter of Utility Vert/Horiz: 1.73' PVC 1" Pipe V IBox I Elliptical Complex I I Other Control Point Information / General Notes L Test Hole Diagram Pipe Box Elliptical Complex Other Found Unknown 1" PVC pipe while digging TH#5 for the electric lines. Board Photo lf- or DateH' r ffice:04t Projec . it 87 TH#: Type: a. MlaeMaterial: kit, Depth: GO.; a. Noes. Rev # Date Type Diameter Photo Description Site Overview 1 Schematic 0 Colliers Engineering & Design Test Hole Data Sheet TH6 Address Project Name: North Beach QLA SUE Client Name: Lockwood, Andrews & Newnam, Inc. Client Job Number: 24011587A 4700 Timon Boulevard, Co pus Christi, Texas 78402 Date of Work 2024-10-25 Engineering Design Utility Type: Gas Utility Owner: COCC SUE Crew: J. De La Rosa, A.Tovar Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) Rod & Cap 17193692.38 1345929.08 1.70' Control Point 5/8 CIRS 17191707.89 1344716.46 4.73' Control Point 5/8 CIRS 17193114.11 1346006.71 4.58' Test Hole Data A Surface Type/Hard Top (Inches): Natural Ground B Soil Conditions: Wet Dirt, Sand C Depth to Top of Utility: 1.70' C *Elevation at Top of Utility: 0' D *Depth to Bottom of Utility: 1.87' D *Elevation at Bottom of Utility: -0.17' E Utility Material Type: Steel F Diameter of Utility Vert/Horiz: 2" G Pipe I V I Box I I Elliptical I Complex I I Other I Control Point Information / General Notes N/A Board Photo I Type Diameter Photo Site Overview Description Schematic Overview Colliers Engineering & Design Test Hole Data Sheet TH7 Address Project Name: North Beach QLA SUE Client Name: Lockwood, Andrews & Newnam, Inc. Client Job Number: 24011587A 4700 Timon Boulevard, Corpus Christi, Texas 78402 Date of Work Cofliers 2024-10-25 Engineering Design N/A Test Hole Data Utility Type: Fiber Utility Owner: COCC SUE Crew: J. De La Rosa, A.Tovar Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) Rod & Cap 17193689.65 1345930.57 1.51' Control Point 5/8 CIRS 17191707.89 1344716.46 4.73' Control Point 5/8 CIRS 17193114.11 1346006.71 4.58' Surface Type/Hard Top (Inches): Soil Conditions: Depth to Top of Utility: *Elevation at Top of Utility: *Depth to Bottom of Utility: *Elevation at Bottom of Utility: Utility Material Type: Diameter of Utility Vert/Horiz: Elliptical Control Point Information / General Notes Natural Ground Wet Dirt, Sand Complex Test Hole Diagram Pipe Box Elliptical Complex Other Board Photo I Type Diameter Photo Site Overview Schematic Overview - - Da telt'-S-ZQ} Office:DAL Project #: e4yo11417 TH#: Type: a,^ Material: Pr Depth: I. for 1.4.T Date Description Colliers Engineering & Design Test Hole Data Sheet TH8 Address Project Name: North Beach QLA SUE Client Name: Lockwood, Andrews & Newnam, Inc. Client Job Number: 24011587A 4700 Timon Boulevard, Corpus Christi, Texas 78402 Date of Work Cofliers 2024-10-25 Engineering Design A Test Hole Data Utility Type: Water Utility Owner: COCC SUE Crew: J. De La Rosa, A.Tovar Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) Rod & Cap 17193679.32 1345940.63 1.61' Control Point 5/8 CIRS 17191707.89 1344716.46 4.73' Control Point 5/8 CIRS 17193114.11 1346006.71 4.58' Surface Type/Hard Top (Inches): Natural Ground Soil Conditions: Depth to Top of Utility: *Elevation at Top of Utility: *Depth to Bottom of Utility: *Elevation at Bottom of Utility: Wet Dirt, Sand 8.00' N/A N/A N/A Utility Material Type: AC Diameter of Utility Vert/Horiz: 8" Pipe V I Box II Elliptical Complex Other Test Hole Diagram Pipe Box Elliolool Complex OMor Control Point Information / General Notes Dug to 8.0'. Unable to find utility due to ground -water. Dug on 811 marks in 3 separate test holes. City Rep. could not locate nor tone water line due to material (AC). City rep. verified size and material per plans 8" Asbestos Concrete. Rev # Board Photo ""` coven Date: e:16 Office Project It: ay°IISSTA_ THp: WI�tlLala _'.�. Type:_ �.. Size: J7 Material' 3 Depth'. C 8,1)0 Crew: 3I), AT Notes, TT -Alb Date Type Diameter Photo Description Site Overview Schematic Overview POTHOLE TH6 POTHOLE H7 HOLE THB8 THOLE THBA OTHOLE TH8 Colliers Engineering & Design Test Hole Data Sheet TH8A Address Project Name: North Beach QLA SUE Client Name: Lockwood, Andrews & Newnam, Inc. Client Job Number: 24011587A 4700 Timon Boulevard, Corpus Christi, Texas 78402 Date of Work Cofliers 2024-10-25 Engineering Design Utility Type: Water Utility Owner: COCC SUE Crew: J. De La Rosa, A.Tovar Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) Rod & Cap 17193681.19 1345938.43 1.55' Control Point 5/8 CIRS 17191707.89 1344716.46 4.73' Control Point 5/8 CIRS 17193114.11 1346006.71 4.58' A Test Hole Data Surface Type/Hard Top (Inches): Natural Ground Soil Conditions: Depth to Top of Utility: *Elevation at Top of Utility: *Depth to Bottom of Utility: *Elevation at Bottom of Utility: Wet Dirt, Sand 8.00' N/A N/A N/A Utility Material Type: AC Diameter of Utility Vert/Horiz: 8" Pipe V I Box II Elliptical Complex I I Other Test Hole Diagram Control Point Information / General Notes Dug to 8.0'. Unable to find utility due to ground -water. Dug on 811 marks in 3 separate test holes. City Rep. could not locate nor tone water line due to material (AC). City rep. verified size and material per plans 8" Asbestos Concrete. Board Photo — ae: Office: Project #: e'N10II58TA TH#: 8u�.Au Type: 41i1't6- Size:_nn, Material:_l1Q�- Depth: C- 45Q'1)6 R Crew: Ir 1 Notes: NO f3" Rev # Date Type Diameter Photo � t ��`t t �.►_ I-r l Description Site Overview Schematic Overview F,TH'.jLE; TH6 TH7 • POTHOLE+: iHBA� POTHOLE TH8L to • Colliers Engineering & Design • I` Test Hole Data Sheet TH8B Address Project Name: North Beach QLA SUE Client Name: Lockwood, Andrews & Newnam, Inc. Client Job Number: 24011587A 4700 Timon Boulevard, Corpus Christi, Texas 78402 Date of Work 2024-10-25 Cofliers Engineering Design Test Hole Data Utility Type: Water Utility Owner: COCC SUE Crew: J. De La Rosa, A.Tovar Location Data Test Hole Marker Northing (Y) Easting (X) Elevation (Z) Rod & Cap 17193682.9 1345936.99 1.80' Control Point 5/8 CIRS 17191707.89 1344716.46 4.73' Control Point 5/8 CIRS 17193114.11 1346006.71 4.58' Surface Type/Hard Top (Inches): Soil Conditions: Depth to Top of Utility: *Elevation at Top of Utility: *Depth to Bottom of Utility: *Elevation at Bottom of Utility: Utility Material Type: Diameter of Utility Vert/Horiz: Elliptical Control Point Information / General Notes Natural Ground Wet Dirt, Sand Complex Test Hole Diagram Pipe Box Elliptical Complex Other Dug to 8.0'. Unable to find utility due to ground -water. Dug on 811 marks in 3 separate test holes. City Rep. could not locate nor tone water line due to material (AC). City rep. verified size and material per plans 8" Asbestos Concrete. Board Photo oate:015d0/ " o8ice _ S Project a:ayo 1158�A THa: Eft Type: W11ER- ij Size:_ 8'- Depth: C- 8,00' Crew: II, AT Hotea:_Nn fION 2 Type Diameter Photo Site Overview Description Schematic Overview POTHOLE TH6 CTHOLE: '47 OTHOLE THBB POTHOLE TH8A H)THOLE TH8 Colliers Engineering & Design North Beach Drainage, Street and Eco Park Improvements Conformed set of Drawings. https://gov.e-builder.net/public/publicLanding.aspx?QS=ff38485d0974488d9288b96bc1 e593aa Signature: EWA avot Signature: lid 7A—y Email: elisas@cctexas.com Email: gilberts2@cctexas.com Signature: Tessica Proil± Signature: S .aS Email: jessicap6@cctexas.com Email: citysecretary@cctexas.com