HomeMy WebLinkAboutC2024-273 - 12/3/2024 - Approved Us
CONTRACT DOCUMENTS
FOR CONSTRUCTION OF
STATE HIGHWAY 286
WATERLINE REPLACEMENT
PROJECT NUMBER (20101)
o �
�y100RP0RAS'�
1852
URBAN •m!-o�••
ENGINEERING
2725 Swantner Drive, Corpus Christi, TX 78404
(361) 854-3101
Record Drawing Number WTR-497
J. UtJGLAS�riG4i)LLAN 0
CONFORMED
CONTRACT DOCUMENTS 4 ,.. `�§����
����v
& SPECIFICATIONS
as of 12/23/2024
AUGUST 2024
JOB No: 33760.00.00
000100 TABLE OF CONTENTS
Division/ Title
Section
Division 00 Preface Documents
00 00 00 Cover Sheet
00 01 00 Table of Contents
00 01 02 List of Drawings
Division 00 Procurement and Contracting Requirements
00 52 23 Agreement (Rev 12-2021)
00 72 00 General Conditions(Rev6-2021)
00 73 00 Supplementary Conditions(Rev2-2020)
Division 01 General Requirements
01 11 00 Summary of Work(Rev 10-2018)
01 23 10 Alternates and Allowances(Rev 5-2020)
01 29 01 Measurement and Basis for Payment (Rev 5-2020)
01 33 01 Submittal Register(Rev 10-2018)
01 35 00 Special Procedures(Rev 10-2018)
01 50 00 Temporary Facilities and Controls(Rev8-2019)
01 57 00 Temporary Controls(Rev8-2019)
Part S Standard Specifications
021020 Site Clearing and Stripping
021040 Site Grading
021080 Removing Abandoned Structures
022020 Excavation Back Fill for Utilities
022021 Control of Ground Water
022022 Trench Safety for Excavation
022420 Slit Fence
025205 Pavement Repairs, Curb, Gutter, Sidewalk and Driveway Replacement
025223 Crushed Limestone Flexible Base
025404 Asphalts, Oils and Emulsions
025412 Prime Coat
025424 Hot Mix Asphaltic Concrete Pavement (Class A)
Table of Contents 00 0100- 1
State Highway 286 Waterline Replacement—Project No. 20101 Rev 1/2022
Division/ Title
Section
025612 Concrete Sidewalk and Driveways
025802 Temporary Traffic Controls During Construction
026201 Waterline Riser Assemblies
026202 Hydrostatic Testing of Pressure Systems
026206 Ductile Iron Pipe and Fittings
026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water
Mains and Wastewater Force Mains)
026214 Grouting Abandoned Utility Lines
026402 Waterlines
026404 Water Service Lines
026411 Gate Valves for Waterlines
026416 Fire Hydrants
027205 Fiberglass Manholes
028020 Seeding
028040 Sodding
028300 Fence Relocation
030020 Portland Cement Concrete
032020 Reinforcing Steel
038000 Concrete Structures
Part T Technical Specifications
Technical Special Provisions
01200 Existing Obstructions
02203 Utility Easement Clearing and Restoration
02341 Guided Boring and Casing(Pilot Tube Method)
02342 Open Cutting and Casting—R1
02449 Installation of Utilities by Horizontal Directional Drilling
02512 Fusible Polyvinyl Chloride Pipe
02620 Storm Water Pollution Prevention
05020 Welding (Steel Casing Pipe)
09910 Painting
15060 Miscellaneous Piping
15104 Gate Valves
15108 Combination Air Release and Vacuum Valves
Table of Contents 00 0100-2
State Highway 286 Waterline Replacement—Project No. 20101 Rev 1/2022
Division/ Title
Section
15D12 Butterfly Valves (Water Service)
Appendix All Testing Reports as Applicable
1 Geotechnical Report
2 TxDOT Permits
3 County Road Permits
4 SUE Report
END OF SECTION
Table of Contents 00 0100-3
State Highway 286 Waterline Replacement—Project No. 20101 Rev 1/2022
000102 LIST OF DRAWINGS
Sheet DRAWING TITLE
No.
1 TITLE SHEET AND PLAN INDEX
2 NOTES AND QUANTITIES
3 CONTROL MAP AND TEST SCHEDULE
4 PHASING AND LOCATION MAP FOR UTILITIES
5 FM43 (WEBER ROAD) PLAN & PROFILE (STA. 0+00—STA. 10+50)
6 FM43 (WEBER ROAD) PLAN & PROFILE (STA. 10+50—STA. 21+50)
7 FM43 (WEBER ROAD) PLAN & PROFILE (STA. 21+50—STA. 32+50)
8 FM43 (WEBER ROAD) PLAN & PROFILE (STA. 32+50—STA. 43+50)
9 FM43 (WEBER ROAD) PLAN & PROFILE (STA. 43+50— END)
10 SH286 (NORTH) PLAN & PROFILE (STA. 0+57—STA. 10+50)
11 SH286 (NORTH) PLAN & PROFILE (STA. 10+50—STA. 21+50)
12 SH286 (NORTH) PLAN & PROFILE (STA. 21+50— END)
13 SH286 (SOUTH) PLAN & PROFILE (STA. 1+08—STA. 10+50)
14 SH286 (SOUTH) PLAN & PROFILE (STA. 10+50—STA. 21+50)
15 SH286 (SOUTH) PLAN & PROFILE (STA. 21+50—STA. 32+50)
16 SH286 (SOUTH) PLAN & PROFILE (STA. 32+50—STA. 43+50)
17 SH286 (SOUTH) PLAN & PROFILE (STA. 43+50—STA. 53+63)
18 SH286 (SOUTH) PLAN & PROFILE (STA. 53+63— STA. 58+04)
19 SH286 (SOUTH) PLAN & PROFILE (STA. 58+04—STA. 68+50)
20 SH286 (SOUTH) PLAN & PROFILE (STA. 68+50—STA. 79+50)
21 SH286 (SOUTH) PLAN & PROFILE (STA. 79+50 -STA. 90+57)
22 SH286 (SOUTH) PLAN & PROFILE (STA. 90+57—STA. 95+50)
23 SH286 (SOUTH) PLAN & PROFILE (STA. 95+50—STA. 110+43)
24 SH286 (SOUTH) PLAN & PROFILE (STA. 110+43—STA. 113+50)
25 SH286 (SOUTH) PLAN & PROFILE (STA. 113+50—STA. 124+50)
List of Drawings 000102
State Highway 286 Waterline Replacement—Project No. 20101 Page 1 of 3
26 SH286 (SOUTH) PLAN & PROFILE (STA. 124+50—STA. 135+09)
27 SH286 (SOUTH) PLAN & PROFILE (STA. 135+09— END)
28 FM2444 (STAPLES STREET) PLAN & PROFILE (STA. 1+78—STA. 11+50)
29 FM2444 (STAPLES STREET) PLAN & PROFILE (STA. 11+50—STA. 22+50)
30 FM2444 (STAPLES STREET) PLAN & PROFILE (STA. 22+50—STA. 33+50)
31 FM2444 (STAPLES STREET) PLAN & PROFILE (STA. 33+50—STA. 49+50)
32 FM2444 (STAPLES STREET) PLAN & PROFILE (STA. 49+50—STA. 58+50)
33 FM2444 (STAPLES STREET) PLAN & PROFILE (STA. 58+50— END)
34 LATERAL 'A'
35 LATERAL 'B'
36 LATERAL 'C'
37 LATERAL 'D'
38 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 25+00—STA. 32+50)
39 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 32+50—STA. 43+50)
40 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 43+50—STA. 53+63)
41 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 58+04—STA. 68+50)
42 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 68+50—STA. 79+50)
43 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 79-50—STA. 90+57)
44 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 90+57—STA. 95+50)
45 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 95+90—STA. 110+43)
46 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 110+43—STA. 113+50)
47 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 113+50—STA. 124+50)
48 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 124+50—STA. 135+10)
49 PROP. 81N WATERLINE SH286 (SOUTH) PLAN & PROFILE (STA. 135+10— END)
50 POLLUTION PREVENTION PLAN
51 MISCELLANEOUS WATER DETAILS
52 MISCELLANEOUS WATER DETAILS (2)
53 CORPUS CHRISTI STANDARD WATER DETAILS (1)
54 CORPUS CHRISTI STANDARD WATER DETAILS (2)
List of Drawings 000102
State Highway 286 Waterline Replacement—Project No. 20101 Page 2 of 3
55 CORPUS CHRISTI STANDARD WATER DETAILS (3)
56 CORPUS CHRISTI STANDARD WATER DETAILS (4)
57 CONNECTION DETAILS
58 CONCRETE PAVEMENT STANDARD DETAILS
59 CURB GUTTER AND SIDEWALK STANDARD DETAILS
60 DRIVEWAY STANDARD DETAILS (1)
61 DRIVEWAY STANDARD DETAILS (2)
62 DRIVEWAY STANDARD DETAILS (3)
63 PEDESTRIAN CURB RAMP STANDARDS (1)
64 PEDESTRIAN CURB RAMP STANDARDS (2)
65 PEDESTRIAN CURB RAMP STANDARDS (3)
66 PEDESTRIAN CURB RAMP STANDARDS (4)
67 PHASING AND LOCATION MAP FOR TRAFFIC CONTROL
68 TRAFFIC CONTROL LEGEND TABLE AND GENERAL NOTES
69 PROPOSED TRAFFIC CONTROL (1)
70 PROPOSED TRAFFIC CONTROL (2)
71 TCP (1-1)-18
72 TXDOT STANDARD (1)
73 TXDOT STANDARD (2)
74 TXDOT STANDARD (3)
75 TXDOT STANDARD (4)
76 TXDOT STANDARD (5)
77 TXDOT STANDARD (6)
78 TXDOT STANDARD (7)
79 TXDOT STANDARD (8)
80 TXDOT STANDARD (9)
81 TXDOT STANDARD (10)
82 TXDOT STANDARD (11)
83 TXDOT STANDARD (12)
List of Drawings 000102
State Highway 286 Waterline Replacement—Project No. 20101 Page 3 of 3
GS
GS
CERTIFICATE OF LIABILITY INSURANCE F DATE(MM/ODIYI'YY)
12/18/2024
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 CONTACT Mindy Rivera
NAME:
McAfee Insurance Agency PHONE (g56)565-2481 FAX (956)565-2733
A/C No Ext: A/C,No):
P.0.Box 625 E-MAIL mindy@mcafeeagency.com
ADDRESS:
321 Second Street INSURER(S)AFFORDING COVERAGE NAIC If
Mercedes TX 78570 INSURERA: United Specialty Insurance Company
INSURED INSURER B: National Liability&Fire Ins.Co.
MOR WIL LLC INSURER C: Indian Harbor Ins.Co.
808 S.Shary Rd.Ste 5 PMB 274 INSURER D: Texas Mutual Ins.Co. 22945
INSURER E: MSIG Specialty Insurance USA Inc.
Mission TX 78572-8568 INSURERF:
COVERAGES CERTIFICATE NUMBER: 2024-2025 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 ADUL 5U8R POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSD WVD POLICYNUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS
X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
CLAIMS-MADE OCCUR DAMAGE R 100,000
PREMISES Ea occurrence $
MED EXP(Any one person) $ excluded
A ATN2419335 09/19/2024 09/19/2025 PERSONALBADVINJURY $ 1,000,000
GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000
X POLICY PRO LOC PRODUCTS-COMP/OP AGG $ 2,000,000
JECT
OTHER: $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
Ea accident
ANYAUTO BODILY INJURY(Per person) $
B OWNED SCHEDULED 73APS121042 09/19/2024 09/19/2025 BODILY INJURY(Per accident) $
AUTOS ONLY X AUTOS
HIRED NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY Per accident
Underinsured motorist $ 1,000,000
UMBRELLA LIAR OCCUR $
3,000,000
EACH OCCURRENCE
C X EXCESS LIAB I CLAIMS-MADE SXS0066865 09/19/2024 09/19/2025 AGGREGATE $ 3,000,000
DED I I RETENTION$ $
WORKERS COMPENSATION X SPER
TATUTE ERH
AND EMPLOYERS'LIABILITY
D ANY PROPRIETOR/PARTNER/EXECUTIVE YY N/A 0001272519 07/11/2024 07/11/2025 E.L.EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000.000
Hired/Non Owned Limit 1,000,000
E HN01000773-00 09/25/2024 09/25/2025
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Job:Project 20101 SH 286 Water Line Replacement Project Contract No.6065
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 9277
AUTHORIZED REPRESENTATIVE
Corpus Christi TX 78469-9277
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
TP
006116 PAYMENT BOND BOND NO. 100368305
Contractor as Principal Surety
Name: Mor-Will, LLC Name:
Merchants Bonding Company (Mutual
Mailing address (principal place of business): Mailing address (principal place of business):
808 S. Shary Rd. Ste:5 PMB 274 PO Box 14498
Mission,TX 78572 Des Moines, IA 50306-3498
Physical address (principal place of business):
Owner 6700 Westown Parkway, West
Des Moines, IA 50306-3498
Name: City of Corpus Christi,Texas
Mailing address (principal place of business):
Engineering Services Surety is a corporation organized and existing
1201 Leopard Street under the laws of the state of:Texas
Corpus Christi,Texas 78401
By submitting this Bond,Surety affirms its
authority to do business in the State of Texas and
Contract its license to execute bonds in the State of Texas.
Project name and number: Telephone (main number):
20101 SH 286 Water Line Replacement 800-678-8171
Telephone (for notice of claim):
800-671-8171
Local Agent for Surety
Texas Valley Insurance DBA
Name: McAfee Agency
Award Date of the Contract: December 3, 2024 Address: 321 Seconds St.
Contract Price: $8,296,534.92
Mercedes, TX 78570
Telephone: 956-565-2481
Bond Email Address: richard@mcafeeagencyicom
Date of Bond: 121 18124 The address of the surety company to which any
(Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained
of Contract) from the Texas Dept. of Insurance by calling the
following toll free number:1-800-252-3439
Payment Bond Form 00 61 16-1
20101 SH 286 Water Line Replacement 5/2024
Contractor as Principal Surety
Mor—Wil, LLC erc ants Bonding Company
Signature: (���� Signature: tt 1 ) L
Name: �be*fl-11317,7n II I Name: Magda E. Escandon
Title: ` AW W_0,10Y1arjoij Title: Attorney in Fact
Email Address:C(Ibc Email Address: magda@mcafeeageiicy.com
(Attach Power of Attorney and place surety seal below)
END OF SECTION
Performance Bond 00 61 13-3
20101 SH 286 Water Line Replacement Rev 5/2024
00 61 13 PERFORMANCE BOND BOND NO. 100368305
Contractor as Principal Surety
Name: Mor-Will, LLC Name:Merchants Bonding Copmany (Mutual)
Mailing address (principal place of business): Mailing address (principal place of business):
808 S. Shary Rd. Ste. 5 PMB 274 PO;iBox 14498
Mission,TX 78572 Des Moines, IA 50306-3498
Physical address(principal place of business):
Owner 6700 Westown Parkway, West
Des Moines, IA 50306-3498
Name: City of Corpus Christi,Texas
Mailing address (principal place of business):
Engineering Services Surety is a corporation organized and existing
1201 Leopard Street under the laws of the state of: Texas
Corpus Christi,Texas 78401
By submitting this Bond,Surety affirms its
authority to do business in the State of Texas and
Contract its license to execute bonds in the State of Texas.
Project name and number: Telephone (main number):
20101 SH 286 Water Line Replacement 800-671-8171
Telephone (for notice of claim):
800-671-8171
Local Agent for Surety
Texas Valley Insurance DBA
Name: McAfee Agency
Award Date of the Contract: December 3,2024 Address: 321 Second St.
Contract Price: $8,296,534.92 Mercedes, TX 78570
Bond Telephone: 956-565-2481
Email Address:richard@mcafeeagency.com
Date of Bond: The address of the surety company to which any
notice of claim should be sent may be obtained
(Date of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the
of the Contract) following toll free number:1-800-252-3439
Performance Bond 00 61 13-1
20101 SH 286 Water Line Replacement 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 some 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 far 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 00 61 13-2
20101 SH 286 Water Line Replacement Rev 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 Mor—Wil, LLC Surety Mer hams Bondi,Tlg Company
Signature: (M
C�(a q Signature:
Name: � �Q �)� Name: Magda Escandon
Title: Title: Attorney in Fact
Email AddressCQ1brj+ (Aq Email Address: magda@mcafeeagency.com
(Attach Power of Attorney and place surety seal below)
END OF SECTION
Payment Bond Form 00 61 16-2
20101 SH 286 Water Line Replacement 5/2024
MERCHANTS
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,
Araceli Vela;Carmen Trujillo;Magda E Escandon;Mary Martinez;Richard Garza;Robert R Garza
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
*`""""'• ••"'•• MERCHANTS BONDING COMPANY(MUTUAL)
J+++P(�UNq<•��'•. ••Q��...... . .• MERCHANTS NATIONAL BONDING, INC.
CO G�ELPORq�0X. 2 •,@O �RPQ/ri9gy�• d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY
2003 ;��' y� 1933 C; By
ys
rJ'� ' • •`�'iy'""' '\1.•• President
STATE OF IOWA �'• �a•.++ '•., •,.•
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.
`Q�tA�s Penni Miller '~��t
Z a o Commission Number 787952
• • My Commission Expires
rOWP January 20,2027 � ( 4 --' r
Nota bl
(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.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 18th day of November 2024
P�9 Q� •�p1NG CQitj .
0
co
0- CIA
2003 1933 c' secretary
POA 0018 (1/24) �`'••... :....••+ '••...
MERCHANTS
BONDING COMPANY,,,
MEKCHANTS 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
Toll-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:
Texas Valley Insurance Agency
Call: 956-565-2481
Mail: PO Box 625, Mercedes, TX 78570
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
LTiene una queja o necesita ayuda?
Si tiene un problema con una reclamaci6n o con su prima de seguro, Ilame primero a su
companfa 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
ingl6s) pueda ayudar.
Aun si usted presenta una queja ante el Departamento de Seguros de Texas, tambi6n debe
presentar una queja a trav6s del proceso de quejas o de apelaciones de su compahia de
seguros o HMO. Si no to hace, podrfa perder su derecho para apelar.
SUP 0032 TX (7/23)
Para obtener informacion o para presentar una queja ante su compahia 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)
gYUS
O
v
�N�OgPORPtE�
1852
00 52 23 AGREEMENT
This Agreement, for the Project awarded on December 3, 2024, between the City of Corpus Christi
(Owner) and Mor-Wil, LLC(Contractor).
Owner and Contractor agree as follows:
ARTICLE 1—WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work
is generally described as:
State Highway 286 Waterline Replacement
Project No: 20101
ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE
2.01 The Project has been designed by:
Urban Engineering, LLC
2725 Swantner Drive
Corpus Christi,TX 78404
dmcmullan@urbaneng.com
2.02 The Owner's Authorized Representative for this Project is:
Jiangang(Daniel) Deng, P. E.
City of Corpus Christi—Engineering Services
4917 Holly Road Bldg. No. 5
Corpus Christi,TX 78411
jian�an�d@cctexas.com
(361)826-3691
ARTICLE 3—CONTRACT TIMES
3.01 Contract Times
A. The Work is required to be substantially completed within 320 days after the date
when the Contract Times commence to run as provided in the Notice to Proceed and is to be
completed and ready for final payment in accordance with Paragraph 17.16 of the General
Conditions within 350 days after the date when the Contract Times commence to
run.
Agreement 00 52 23- 1
State Highway 286 Waterline Replacement—Project No. 20101 Rev 12/2021
B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions.
C. Milestones,and the dates for completion of each,are as defined in Section 0135 00 SPECIAL
PROCEDURES.
3.02 Liquidated Damages
A. Owner and Contractor recognize that time limits for specified Milestones, Substantial
Completion, and completion and readiness for Final Payment as stated in the Contract
Documents are of the essence of the Contract. Owner and Contractor recognize that the
Owner will suffer financial loss if the Work is not completed within the times specified in
Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General
Conditions. Owner and Contractor also recognize the delays, expense, and difficulties
involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if
the Work is not completed on time. Accordingly, instead of requiring any such proof,Owner
and Contractor agree that as liquidated damages for delay (but not as a penalty):
1. Substantial Completion: Contractor shall pay Owner$ 750 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$ 750 for each
day that expires after the time specified in Paragraph 3.01 for completion and readiness
for final payment until the Work is completed and ready for final payment in accordance
with Paragraph 17.16 of the General Conditions.
3. Liquidated damages for failing to timely attain Substantial Completion and Final
Completion are not additive and will not be imposed concurrently.
4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in
SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions.
5. The Owner will determine whether the Work has been completed within the Contract
Times.
B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its
actual damages resulting from the failure of Contractor to complete the Work in accordance
with the requirements of the Contract Documents.
ARTICLE 4—CONTRACT PRICE
4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract
Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed
in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that
estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and
final payment for all unit price items will be based on actual quantities, determined as provided
in the Contract Documents.
Total Base Bid Price $ 8,296,534.92
Agreement 00 52 23-2
State Highway 286 Waterline Replacement—Project No. 20101 Rev 12/2021
ARTICLE 5—PAYMENT PROCEDURES
5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions.
Applications for Payment will be processed by the OAR as provided in the General Conditions.
5.02 Progress Payments; Retainage:
A. The Owner will make progress payments on or about the 25th day of each month during
performance of the Work. Payment is based on Work completed in accordance with the
Schedule of Values established as provided in the General Conditions.
B. Progress payments equal to the full amount of the total earned value to date for completed
Work minus the retainage listed below and properly stored materials will be made prior to
Substantial Completion.
1. The standard retainage is 5 percent.
C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of
payments previously made and less set-offs determined in accordance with Paragraph 17.01
of the General Conditions.
D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less
amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less
200 percent of OAR's estimate of the value of Work to be completed or corrected to reach
Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the
amounts set forth above for progress payments prior to Substantial Completion if Owner has
concerns with the ability of the Contractor to complete the remaining Work in accordance
with the Contract Documents or within the time frame established by this Agreement.
Release or reduction in retainage is contingent upon and consent of surety to the reduction
in retainage.
5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with
Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work.
ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE
6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas
Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions.
6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid
except as provided in Texas Government Code Chapter 2252.
ARTICLE 7—CONTRACTOR'S REPRESENTATIONS
7.01 The Contractor makes the following representations:
A. The Contractor has examined and carefully studied the Contract Documents and the other
related data identified in the Bidding Documents.
B. The Contractor has visited the Site and become familiar with and is satisfied as to the general,
local, and Site conditions that may affect cost, progress, and performance of the Work.
Agreement 00 52 23-3
State Highway 286 Waterline Replacement—Project No. 20101 Rev 12/2021
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
State Highway 286 Waterline Replacement—Project No. 20101 Rev 12/2021
L. Contractor's entry into this Contract constitutes an incontrovertible representation by
Contractor that without exception all prices in the Agreement are premised upon performing
and furnishing the Work required by the Contract Documents.
M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S
INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS
AND THE SUPPLEMENTARY CONDITIONS.
ARTICLE 8—ACCOUNTING RECORDS
8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of
materials incorporated and labor and equipment utilized for the Work consistent with the
requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper
financial management under this Agreement. Subject to prior written notice,the Owner shall be
afforded reasonable access during normal business hours to all of the Contractor's records, books,
correspondence, instructions, drawings, receipts,vouchers,memoranda,and similar data relating
to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such
documents for a period of 3 years after the final payment by the Owner.
ARTICLE 9—CONTRACT DOCUMENTS
9.01 Contents:
A. The Contract Documents consist of the following:
1. Solicitation documents.
2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS.
3. Drawings listed in the Sheet Index.
4. Addenda.
5. Exhibits to this Agreement:
a. Contractor's Bid Form.
6. Documentation required by the Contract Documents and submitted by Contractor prior
to Notice of Award.
B. There are no Contract Documents other than those listed above in this Article.
C. The Contract Documents may only be amended, modified, or supplemented as provided in
Article 11 of the General Conditions.
Agreement 00 52 23-5
State Highway 286 Waterline Replacement—Project No. 20101 Rev 12/2021
ARTICLE 10—CONTRACT DOCUMENT SIGNATURES
ATTEST CITY OF CORPUS CHRISTI
Rebecca 1f"eea 9zil&�
Rebecca Huerta(Feb 3,2025 09:52 CST) Jeff y Edmonds(Feb 3,2025 06:27 CST)
Rebecca Huerta Jeffrey Edmonds, P.E
City Secretary Director of Engineering Services
M2024-174 AUTHORIZED
APPROVED AS TO LEGAL FORM: BY COUNCIL 12/3/2024
RH/SB
Janet Whitehead(Jan 31,202513:24 CST)
Assistant City Attorney
ATTEST(IF CORPORATION) CONTRACTOR
Mor-Wil, LL
prvcy
(Seal Below) By:
Note: Attach copy of authorization to sign if Title: Authorized Signatory
person signing for CONTRACTOR is not President,
Vice President, Chief Executive Officer, or Chief 808 S. Shary Rd., Ste. 5, PMB 274
Financial Officer Address
Mission TX 78572
City State Zip
(956) 276-4702
Phone Fax
albert.garza03@yahoo.com
EMail
END OF SECTION
Agreement 00 52 23-6
State Highway 286 Waterline Replacement—Project No. 20101 Rev 12/2021
CIVCAS, RFB 6065 State Highway 286 Waterline Replacement, Project No.20101 Report Created On: 10/23/2024 8:05:59 PM
BID TOTALS
BASE BID Total
General $1,205,018.72
Street Improvements $30,804.75
Waterline Improvements $6,108,434.29
Allowances $1,013,600.00
Total ''
A6 Revised total$8,296,534.92
General
No. Description Unit Qty Unit Price Ext Price
Al Mobilization (Maximum 5%) LS 1 $154,000.00 $154,000.00
A2 Bonds and Insurance(Maximum AL 1 $22 nnn nn It
Allowance of 2%) 162,677.16 162,677.16
A3 Furnish, Install and Remove Silt Fence LF 54404 $4.89 $266,035.56
A4 Furnish and Install Signing and Traffic LS 1 $70,000.00 $70,000.00
Control
A5 SWPPP LS 1 $21,000.00 $21,000.00
A6 Trench Safety for Waterline Installation LF 27202 $2.10 $57,124.20
A7 Trench Safety for Auger Boring Shafts EA 20 $3,500.00 $70,000.00
A8 Furnish and Install Well Pointing for LF 2720 $12.87 $35,006.40
Waterline Installation
A9 Preconstruction Exploratory Excavation LS 1 $70,000.00 $70,000.00
A10 Unanticipated Ozone Advisory Day DAY 1 $3,500.00 $3,500.00
All Brush and Tree Removal AC 0.5 $5,600.00 $2,800.00
Al2 Temporary Topsoil Removal,Storage AC 5.1 $5,490.20 $28,000.02
and Replacement
A13 Topsoil Disking and Raking to Re-aerate AC 25.3 $3,320.16 $84,000.05
and return to Original Contour
A14 Temporary Fence Removal, Relocation LF 2173 $25.77 $55,998.21
and Replacement
A15 Furnish and Install Seeding SY 4931 $3.69 $18,195.39
A16 Furnish and Install Sodding SY 631 $13.31 $8,398.61
CIVCAST RFB 6065 State Highway 286 Waterline Replacement, Project No.20101 Report Created On: 10/23/2024 8:05:59 PM
A17 Relocate Existing Structure to Install EA 2 $4,200.00 $8,400.00
Waterline
A18 Remove, Haul Off and Dispose of SY 358 $58.66 $21,000.28
Abandoned Structures
A19 Pipeline Markers EA 36 $210.00 $7,560.00
Subtotal:Q'.,205,-ts.72
$1,143,695.88
Street Improvements
No. Description Unit Qty Unit Price Ext Price
131 Furnish and Install Asphalt Pavement SY 200 $63.00 $12,600.00
Repair
B2 Furnish and Install Concrete Driveway SF 1395 $13.05 $18,204.75
Repair
Subtotal: $30,804.75
Waterline Improvements
No. Description Unit Qty Unit Price Ext Price
C1 Furnish and Install 6" Diam. C900 DR18 LF 30 $47.64 $1,429.20
PVC Waterline by Conventional
Trenching
C2 Furnish and Install 8" Diam. C900 DR18 LF 9117 $36.51 $332,861.67
PVC Waterline by Conventional
Trenching
C3 Furnish and Install 12" Diam. C900 DR18 LF 1573 $64.90 $102,087.70
PVC Waterline by Conventional
Trenching
C4 Furnish and Install 16" Diam. C900 DR18 LF 24410 $78.08 $1,905,932.80
PVC Waterline by Conventional
Trenching
C5 Furnish and Install 24" Steel Casing LF 340 $875.06 $297,520.40
w/12" Diam.C900 DR18 PVC Waterline
by Auger Boring(Incl. Bell Harnesses
and Casing Spacers)
C6 Furnish and Install 30" Steel Casing LF 718 $1,002.72 $719,952.96
w/16" Diam. C900 DR18 PVC Waterline
by Auger Boring(Incl. Bell Harnesses
and Casing Spacers)
CIVCAST RFB 6065 State Highway 286 Waterline Replacement, Project No.20101 Report Created On: 10/23/2024 8:05:59 PM
C7 Furnish and Install 24" Steel Casing LF 579 $339.79 $196,738.41
w/12" Diam. C900 DR 18 Waterline by
Conventional Trenching(Incl. Bell
Harnesses and Casing Spacers)
C8 Furnish and Install 30" Steel Casing LF 665 $444.94 $295,885.10
w/16" Diam. C900 DR18 PVC Waterline
by Conventional Trenching(Incl. Bell
Harnesses and Casing Spacers)
C9 Furnish and Install 16" Diam. C900 DR18 LF 2054 $460.37 $945,599.98
Fusible PVC Waterline by HDD
C10 Construct Drill Pads for HDD EA 2 $14,000.00 $28,000.00
C11 Furnish and Install Air Release Valve and EA 22 $12,012.68 $264,278.96
Manhole
C12 Furnish and Install 8"45 Deg DI Bend EA 5 $1,100.66 $5,S03.30
(Mj with Mega Lug Joint Restraint Fitting)
C13 Furnish and Install 12" DI Cap(Mj with EA 14 $1,436.68 $20,113.52
Mega Lug Joint Restraint Fitting)
C14 Furnish and Install 12" 90 Deg DI Bend EA 4 $1,910.48 $7,641.92
(Mj with Mega Lug joint Restraint Fitting)
C15 Furnish and Install 12"45 Deg DI Bend EA 14 $1,831.59 $25,642.26
(Mj with Mega Lug joint Restraint Fitting)
C16 Furnish and Install 12" DI Cross(Mj with EA 1 $2,805.95 $2,805.95
Mega Lug Joint Restraint Fitting)
C17 Furnish and Install 16" DI Cap(Mj with EA 1 $2,623.85 $2,623.85
Mega Lug Joint Restraint Fitting)
C18 Furnish and Install 16" 11.25 Deg. DI EA 13 $2,551.31 $33,167.03
Bend(Mj with Mega Lug Joint Restraint
Fitting)
C19 Furnish and Install 16"45 Deg DI Bend EA 50 $2,621.11 $131,055.50
(Mj with Mega Lug joint Restraint Fitting)
C20 Furnish and Install 16" 90 Deg DI Bend EA 4 $2,915,40 $11,661.60
(Mj with Mega Lug Joint Restraint Fitting)
C21 Furnish and Install 16"x12" DI Reducers EA 1 $2,158.44 $2,158.44
(Mj with Mega Lug Joint Restraint Fitting)
C22 Furnish and Install 16" DI Tee(Mj with EA 5 $4,420.29 $22,101.45
Mega Lug Joint Restraint Fitting)
C23 Furnish and Install 16"x16"x12" DI Tee EA 15 $3,231.42 $48,471.30
(Mj with Mega Lug Joint Restraint Fitting)
C24 Furnish and Install Bell Harness EA 33 $344.25 $11,360.25
CIVCAST RFB 6065 State Highway 286 Waterline Replacement, Project No.20101 Report Created On: 10/23/2024 8:05:59 PM
Assemblyfo 8" Dia Waterline
C25 Furnish and Install Bell Harness EA 38 $465.35 $17,683.30
Assembly for 12" Dia.Waterline
C26 Furnish and Install Bell Harness EA 187 $802.20 $150,011.40
Assembly for 16" Dia.Waterline
C27 Furnish and Install 12" R/W Gate Valve EA 19 $5,059.99 $96,139.81
(Mj with Mega Lug Joint Restraint Fitting)
C28 Furnish and Install 16" Butterfly Valve EA 25 $7,111.97 $177,799.25
(Mj with Mega Lug Joint Restraint Fitting)
C29 Furnish and Install Fire Hydrant,(Incl. EA 9 $7,870.17 $70,831.53
12"x6"Tee,6" Gate Valve,and 6" Lead)
C30 Furnish and Install 16"Transition EA 4 $2,022.71 $8,090.84
Coupling
C31 Connection to Existing 48"Waterline at EA 1 $17,071.54 $17,071.54
48"x24"Cross at FM 43 and CR 43(Incl.
Remove Cap,and Install Reducer),Sheet
9
C32 Connection to Existing 16"Waterline at EA 1 $14,709.46 $14,709.46
SH 286 and FM 43(Incl. 16"Transition
Coupling, 16"Wye, 16" 22.5 Deg Bend,
and 16"Cap),Sheet 10
C33 Connection to Existing 16"Waterline on EA 1 $11,835.57 $11,835.57
SH 286 North,(Incl. 16"Tee,and 16"
Transition Couplings), Sheet 12
C34 Connection to Existing 2"Waterline at EA 1 $2,743.23 $2,743.23
CR 22(Incl. 12"Cap with 2"Opening and
Brass Fittings),Sheet 17
C35 Connection to Existing 6"Waterline at EA 1 $3,936.88 $3,936.88
SH 286 and FM 2444(Incl. 12"x 6"
Reducer,6"Wye, 6"Transition Coupling,
and 6" Cap)Sheet 27
C36 Connection to Existing 12"Waterline at EA 1 $5,908.69 $5,908.69
FM 2444 and CR 43(Incl. 12"Tee,and
16"x12" Reducer, 12"Transition
Couplings),Sheet 33
C37 8"Connection to new 16"Waterline EA 8 $5,235.20 $41,881.60
(Incl. 16"x16°x8"Tee, 8" 90 Deg Bend,8"
Tee@ 1 Location, and 8" Gate Valve)
C38 Furnish and Install 2"Service Tap on 8" EA 2 $3,492.57 $6,985.14
Waterline
C39 Furnish and Install 2"Service Tap on 12" EA 1 $3,807.54 $3,807.54
CIVCAST RFB 6065 State Highway 286 Waterline Replacement, Project No.20101 Report Created On: 10/23/2024 8:05:59 PM
Watprllnp
C40 Furnish and Install 12" Cap wth 2" EA 3 $2,784.37 $8,353.11
Opening for Service Connection(Incl.2"
SDR 9 HDPE and connection fittings)
C41 Abandon Existing 3",2.5"and 2" LF 12945 $4.33 $56,051.85
Waterlines in SH 286 ROW by Filling with
Grout
Subtotal: $6,108,434.29
Allowances
No. Description Unit Qty Unit Price Ext Price
D1 Unanticipated Utility Allowance AL 1 $993,600.00 $993,600.00
D2 Unanticipated Disposal of Contaminated AL 1 $10,000.00 $10,000.00
Soil
D3 Unanticipated Disposal of Contaminated AL 1 $10,000.00 $10,000.00
Groundwater
Subtotal: $1,013,600.00
Signature:
Email: albert.garza03@yahoo.com
00 30 01 BID FORM
Project
Name: State Highway 286 Waterline Replacement
Project
Number: 20101
Owner: City of Corpus Christi
OAR:
Designer:JUrban Engineering,LLC I J.Douglas McMullan, P.E.
By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt
of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the
Work in accordance with the Contract Documents for the Bid price.
Bidder: MOr-Wll, L.L.C. (full legal name of Bidder)
Signature: � (signature of person with authority to bind the Bidder)
Name: Albert Garza III (printed name of person signing Bid Form)
Title: Authorized Signatory (title of person signing Bid Form)
Attest: (signature)
State of Residency: Texas
Federal Tx ID No. 20-2626954
Address for Notices: 808 S. Shary Rd., Ste. 5, PMB 274
Mission, Tx. 78572
Phone: (956) 276-4702 Email: albert.garza03@yahoo.com
Bid Form 00 30 01-Page 1 of 4
State Highway 286 Waterline Replacement-Project No:20101 Rev 8/2019
00 72 00 GENERAL CONDITIONS
Table of Contents
Page
Article 1—Definitions and Terminology .....................................................................................................10
1.01 Defined Terms.............................................................................................................................10
1.02 Terminology................................................................................................................................15
Article2—Preliminary Matters...................................................................................................................16
2.01 Delivery of Bonds and Evidence of Insurance.............................................................................16
2.02 Copies of Documents..................................................................................................................16
2.03 Project Management System......................................................................................................16
2.04 Before Starting Construction ......................................................................................................17
2.05 Preconstruction Conference; Designation of Authorized Representatives................................17
Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................17
3.01 Intent...........................................................................................................................................17
3.02 Reference Standards...................................................................................................................18
3.03 Reporting and Resolving Discrepancies......................................................................................19
3.04 Interpretation of the Contract Documents.................................................................................20
3.05 Reuse of Documents...................................................................................................................20
Article 4—Commencement and Progress of the Work..............................................................................20
4.01 Commencement of Contract Times; Notice to Proceed.............................................................20
4.02 Starting the Work........................................................................................................................20
4.03 Progress Schedule.......................................................................................................................21
4.04 Delays in Contractor's Progress..................................................................................................21
Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions...................................................................................................................................................22
5.01 Availability of Lands....................................................................................................................22
5.02 Use of Site and Other Areas........................................................................................................22
5.03 Subsurface and Physical Conditions............................................................................................23
5.04 Differing Subsurface or Physical Conditions...............................................................................24
5.05 Underground Facilities................................................................................................................25
5.06 Hazardous Environmental Conditions at Site .............................................................................26
Article 6—Bonds and Insurance .................................................................................................................28
6.01 Performance, Payment, and Other Bonds..................................................................................28
General Conditions 00 72 00-1
Corpus Christi Standards 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 00 72 00-2
Corpus Christi Standards 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 00 72 00-3
Corpus Christi Standards Rev 6/2021
12.04 Substitutions...........................................................................................................................55
Article13—Claims.......................................................................................................................................56
13.01 Claims......................................................................................................................................56
13.02 Claims Process.........................................................................................................................57
Article 14—Prevailing Wage Rate Requirements.......................................................................................58
14.01 Payment of Prevailing Wage Rates.........................................................................................58
14.02 Records....................................................................................................................................58
14.03 Liability; Penalty; Criminal Offense.........................................................................................59
14.04 Prevailing Wage Rates.............................................................................................................59
Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................59
15.01 Cost of the Work.....................................................................................................................59
15.02 Allowances..............................................................................................................................63
15.03 Unit Price Work.......................................................................................................................63
15.04 Contingencies..........................................................................................................................64
Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................65
16.01 Access to Work........................................................................................................................65
16.02 Tests, Inspections and Approvals............................................................................................65
16.03 Defective Work .......................................................................................................................65
16.04 Acceptance of Defective Work................................................................................................66
16.05 Uncovering Work....................................................................................................................66
16.06 Owner May Stop the Work.....................................................................................................67
16.07 Owner May Correct Defective Work.......................................................................................67
Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period ........................................67
17.01 Progress Payments..................................................................................................................67
17.02 Application for Payment.........................................................................................................69
17.03 Schedule of Values..................................................................................................................71
17.04 Schedule of Anticipated Payments and Earned Value............................................................72
17.05 Basis for Payments..................................................................................................................73
17.06 Payment for Stored Materials and Equipment.......................................................................73
17.07 Retainage and Set-Offs ...........................................................................................................74
17.08 Procedures for Submitting an Application for Payment.........................................................74
17.09 Responsibility of Owner's Authorized Representative...........................................................75
17.10 Contractor's Warranty of Title................................................................................................76
General Conditions 00 72 00-4
Corpus Christi Standards 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 00 72 00-5
Corpus Christi Standards 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 00 72 00-6
Corpus Christi Standards Rev 6/2021
24.03 Contractor's Responsibilities ................................................................................................104
24.04 Document Submittal.............................................................................................................105
24.05 Document Numbering ..........................................................................................................105
24.06 Document Requirements......................................................................................................106
Article25—Shop Drawings.......................................................................................................................107
25.01 Work Included.......................................................................................................................107
25.02 Quality Assurance .................................................................................................................107
25.03 Contractor's Responsibilities ................................................................................................107
25.04 Shop Drawing Requirements ................................................................................................109
25.05 Special Certifications and Reports........................................................................................109
25.06 Warranties and Guarantees..................................................................................................110
25.07 Shop Drawing Submittal Procedures....................................................................................110
25.08 Sample and Mockup Submittal Procedures..........................................................................112
25.09 Equal Non Specified Products...............................................................................................113
25.10 Requests for Deviation..........................................................................................................113
25.11 Designer Responsibilities......................................................................................................114
25.12 Resubmission Requirements.................................................................................................116
Article26—Record Data...........................................................................................................................117
26.01 Work Included.......................................................................................................................117
26.02 Quality Assurance .................................................................................................................117
26.03 Contractor's Responsibilities ................................................................................................117
26.04 Record Data Requirements...................................................................................................118
26.05 Special Certifications and Reports........................................................................................118
26.06 Warranties and Guarantees..................................................................................................119
26.07 Record Data Submittal Procedures.......................................................................................119
26.08 Designer's Responsibilities....................................................................................................120
Article 27—Construction Progress Schedule............................................................................................121
27.01 Requirements........................................................................................................................121
27.02 Document Submittal.............................................................................................................121
27.03 Schedule Requirements........................................................................................................121
27.04 Schedule Revisions................................................................................................................123
27.05 Float Time..............................................................................................................................123
Article 28—Video and Photographic documentation ..............................................................................124
General Conditions 00 72 00-7
Corpus Christi Standards 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
Article30-Miscellaneous........................................................................................................................128
30.01 Computation of Times...........................................................................................................128
30.02 Owner's Right to Audit Contractor's Records.......................................................................128
30.03 Independent Contractor.......................................................................................................129
30.04 Cumulative Remedies ...........................................................................................................129
30.05 Limitation of Damages..........................................................................................................129
30.06 No Waiver.............................................................................................................................129
30.07 Severability............................................................................................................................129
30.08 Survival of Obligations ..........................................................................................................130
30.09 No Third Party Beneficiaries .................................................................................................130
30.10 Assignment of Contract.........................................................................................................130
30.11 No Waiver of Sovereign Immunity........................................................................................130
30.12 Controlling Law.....................................................................................................................130
30.13 Conditions Precedent to Right to Sue...................................................................................130
30.14 Waiver of Trial by Jury...........................................................................................................130
30.15 Attorney Fees........................................................................................................................130
30.16 Compliance with Laws...........................................................................................................131
30.17 Enforcement..........................................................................................................................131
30.18 Subject to Appropriation.......................................................................................................131
30.19 Contract Sum.........................................................................................................................131
30.20 Contractor's Guarantee as Additional Remedy....................................................................131
General Conditions 00 72 00-8
Corpus Christi Standards Rev 6/2021
30.21 Notices. .................................................................................................................................131
General Conditions 00 72 00-9
Corpus Christi Standards 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 00 72 00-10
Corpus Christi Standards 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 00 72 00-11
Corpus Christi Standards 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 00 72 00-12
Corpus Christi Standards 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 00 72 00-13
Corpus Christi Standards 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 00 72 00-14
Corpus Christi Standards 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 00 72 00-15
Corpus Christi Standards 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 00 72 00-16
Corpus Christi Standards 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 00 72 00-17
Corpus Christi Standards 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 00 72 00-18
Corpus Christi Standards 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 00 72 00-19
Corpus Christi Standards 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 00 72 00-20
Corpus Christi Standards 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 00 72 00-21
Corpus Christi Standards 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 00 72 00-22
Corpus Christi Standards 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 00 72 00-23
Corpus Christi Standards 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 00 72 00-24
Corpus Christi Standards 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 00 72 00-25
Corpus Christi Standards 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 00 72 00-26
Corpus Christi Standards 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 00 72 00-27
Corpus Christi Standards 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 00 72 00-28
Corpus Christi Standards 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-Vill 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 00 72 00-29
Corpus Christi Standards 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 00 72 00-30
Corpus Christi Standards 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 00 72 00-31
Corpus Christi Standards 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 00 72 00-32
Corpus Christi Standards 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 00 72 00-33
Corpus Christi Standards 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 bythe OPT, named insureds,or additional insureds does
not release the Contractor from compliance with the insurance requirements of the Contract
Documents.
General Conditions 00 72 00-34
Corpus Christi Standards 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 00 72 00-35
Corpus Christi Standards 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 00 72 00-36
Corpus Christi Standards 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 00 72 00-37
Corpus Christi Standards 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 00 72 00-38
Corpus Christi Standards 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 17.01.13
7.03 Services, Materials, and Equipment
A. Provide services, materials, equipment, labor, transportation, construction equipment and
machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and other facilities and incidentals necessary for the performance,
testing, start-up, and completion of the Work, whether or not these items are specifically
called for in the Contract Documents.
B. Provide new materials and equipment to be incorporated into the Work. Provide special
warranties and guarantees required by the Contract Documents. Provide satisfactory
evidence, including reports of required tests, as to the source, kind, and quality of materials
and equipment as required by the Contract Documents or as requested by the OAR.
C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and
equipment in accordance with instructions of the applicable Supplier, unless otherwise
required by the Contract Documents.
7.04 Concerning Subcontractors, Suppliers, and Others
A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the
Work. All Subcontractors and Suppliers must be acceptable to Owner.
B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for
the performance of designated parts of the Work if required to do so by the Contract
Documents.
C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding
subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed
acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days
after receiving this list. Under no circumstances shall any Subcontractor debarred under
Chapter 41 of The Code of Ordinances, City of Corpus Christi, be deemed acceptable to
Owner.
D. Contractor is not required to retain Subcontractors,Suppliers,or other individuals or entities
to furnish or perform part of the Work after the Effective Date of the Contract if Contractor
has reasonable objection.
E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or
entities retained by the Contractor. Provide an acceptable replacement for the rejected
Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to
retain specific replacements, subject to Contractor's reasonable objections.
General Conditions 00 72 00-39
Corpus Christi Standards 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 00 72 00-40
Corpus Christi Standards 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 00 72 00-41
Corpus Christi Standards 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.B caused by
Contractor's Team. Pay remediation costs unless the damage or loss is:
1. Attributable to the fault of the Contract Documents;
2. Attributable to acts or omissions of OPT; or
3. Not attributable to the actions or failure to act of the Contractor's Team.
E. Contractor's duties and responsibilities for safety and protection of persons or the Work or
property at or adjacent to the Site continues until Work is completed and resumes whenever
Contractor's Team returns to the Site to fulfill warranty or correction obligations or to
conduct other tasks.
General Conditions 00 72 00-42
Corpus Christi Standards 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 00 72 00-43
Corpus Christi Standards 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 00 72 00-44
Corpus Christi Standards 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 00 72 00-45
Corpus Christi Standards 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 00 72 00-46
Corpus Christi Standards 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 00 72 00-47
Corpus Christi Standards 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 00 72 00-48
Corpus Christi Standards 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 00 72 00-49
Corpus Christi Standards 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 00 72 00-50
Corpus Christi Standards 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 00 72 00-51
Corpus Christi Standards 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 00 72 00-52
Corpus Christi Standards 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 00 72 00-53
Corpus Christi Standards 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 00 72 00-54
Corpus Christi Standards 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 00 72 00-55
Corpus Christi Standards 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 00 72 00-56
Corpus Christi Standards 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 00 72 00-57
Corpus Christi Standards 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 00 72 00-58
Corpus Christi Standards 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 00 72 00-59
Corpus Christi Standards 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 00 72 00-60
Corpus Christi Standards 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 SO% of the FHWA rental rates found in the Blue
Book if Contractor is directed by Owner in writing to standby. Standby costs
will not be allowed during periods when the equipment would otherwise have
been idle. For a six-day work week, no more than eight hours per a 24-hour
day, no more than 48 hours per week and no more than 208 hours per month
shall be paid of standby time. Operating costs shall not be charged by
Contractor.
e. Rental of construction equipment, including the costs of transporting, loading,
unloading, assembling, dismantling, and removing construction equipment,
whether rented from Contractor or others, in accordance with rental agreements
approved by Owner. Costs for rental of equipment will not be paid when the
equipment is no longer necessary for the Work. Justify idle time for equipment by
demonstrating that it was necessary to keep equipment on Site for related future
Work;
1) The hourly rate shall be determined by dividing the actual invoice cost by the
actual number of hours the equipment is involved in the Work. Owner
reserves the right to limit the hourly rate to comparable Blue Book rates.
2) If Contractor is directed to standby in writing by Owner, standby costs will be
paid at the invoice daily rate excluding operating costs, which includes fuel,
lubricants, repairs and servicing.
f. Applicable sales, consumer, use, and other similar taxes related to the Work for
which the Owner is not exempt, and which Contractor pays consistent with Laws
and Regulations;
g. Deposits lost for causes other than negligence of Contractor's Team;
h. Royalty payments and fees for permits and licenses;
i. Cost of additional utilities,fuel, and sanitary facilities at the Site;
j. Minor expense items directly required by the Work; and
k. Premiums for Bonds and insurance required by the Contract Documents.
D. The Cost of the Work does not include the following items:
1. Payroll costs and other compensation of Contractor's officers, executives, principals of
partnerships and sole proprietorships, general managers, safety managers,
superintendents, engineers, architects, estimators, attorneys, auditors, accountants,
purchasing and contracting agents, expediters, clerks, and other personnel employed
General Conditions 00 72 00-61
Corpus Christi Standards 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 forthe 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 00 72 00-62
Corpus Christi Standards 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 15.05.13.1 through 15.05.13.5, inclusive when both additions and credits are
involved in any one change.
F. Establish and maintain records in accordance with generally accepted accounting practices
and submit these records, including an itemized cost breakdown together with supporting
data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be
determined pursuant to this Paragraph 15.01.
15.02 Allowances
A. Include allowances specified in the Contract Documents in the Contract Price and provide
Work covered by the allowance as authorized by the Owner through the OAR.
B. Contractor agrees that:
1. The cash allowance is used to compensate the Contractor for the cost of furnishing
materials and equipment for the Work covered by the allowance item in the Contract
Documents. Cost may include applicable taxes. Make provisions for trade discounts,
rebates, and refunds and reduce the allowance costs by these amounts.
2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the cash allowances have been included in
the Contract Price and not in the allowances; and
3. Costs for cash allowances and installation costs as described in Paragraphs 15.02.13.1
and 15.02.13.2 above are included in the Contract Price.
C. OAR will issue a Change Order to adjust the Contract Price by the difference between the
allowance amount and the actual amount paid by Contractor for Work covered by the
allowance. The Change Order will be issued at the time costs are incurred by Contractor for
Work covered by the allowance and this Work is included on the Application for Payment.
15.03 Unit Price Work
A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items
in the Agreement. Each unit price line item amount is equal to the product of the unit price
for each line item times the estimated quantity of each item as indicated in the Contract.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for
the purpose of comparing Bids and determining an initial Contract Price. Payments to
Contractor for Unit Price Work are to be based on actual quantities measured for Work in
place.
C. Each unit price is deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item.
D. OAR is to determine the actual quantities and classifications of Unit Price Work performed
by Contractor to be incorporated into each Application for Payment. OAR's decision on
actual quantities is final and binding, subject to the provisions of Paragraph 15.03.E.
General Conditions 00 72 00-63
Corpus Christi Standards 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 bythe Owner.
A Change Order will be issued to deduct unused contingency amounts from the Contract
Price prior to Final Payment.
General Conditions 00 72 00-64
Corpus Christi Standards 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 00 72 00-65
Corpus Christi Standards 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 00 72 00-66
Corpus Christi Standards 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 00 72 00-67
Corpus Christi Standards Rev 6/2021
1. Progress payments for lump sum Work are to be paid on the basis of the earned value
to date at the amounts shown in the Schedule of Values submitted as required by
Paragraph 17.03. Final payment will be for the total lump sum amount.
2. Progress payments for Unit Price Work are based on the number of units completed as
determined under the provisions of Paragraph 15.03.
3. Progress payments for Work to be paid on the basis of the Cost of the Work per
Paragraphs 15.01, 15.02 and 15.04 are to be paid for Work completed by Contractor
during the pay period.
B. Reduction in Payment by Owner:
1. Owner is entitled to impose a set-off against payment based on the following:
a. Claims made against Owner or costs, losses,or damages incurred by Owner related
to:
1) Contractor's conduct in the performance of the Work, including, but not
limited to, workplace injuries, non-compliance with Laws and Regulations, or
patent infringement; or
2) Contractor's failure to take reasonable and customary measures to avoid
damage, delay, disruption, and interference with other work at or adjacent to
the Site, including but not limited to, workplace injuries, property damage,
and non-compliance with Laws and Regulations.
b. Owner has been required to remove or remediate a Hazardous Environmental
Condition for which Contractor is responsible;
c. Work is Defective, or completed Work has been damaged by Contractor's Team,
requiring correction or replacement;
d. Owner has been required to correct Defective Work or complete Work in
accordance with Paragraph 16.07;
e. The Contract Price has been reduced by Change Orders;
f. Events have occurred that would constitute a default by Contractor justifying a
termination for cause;
g. Liquidated damages have accrued as a result of Contractor's failure to achieve
Milestones, Substantial Completion, or completion of the Work;
h. Liens have been filed in connection with the Work, except where Contractor has
delivered a specific Bond satisfactory to Owner to secure the satisfaction and
discharge of these Liens;
i. Failure to submit up-to-date record documents as required by the Contract
Documents;
j. Failure to submit monthly Progress Schedule updates or revised schedules as
requested by the OAR;
k. Failure to provide Project photographs required by the Contract Documents;
I. Failure to provide Certified Payroll required by the Contract Documents;
General Conditions 00 72 00-68
Corpus Christi Standards 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 00 72 00-69
Corpus Christi Standards 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 00 72 00-70
Corpus Christi Standards 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 00 72 00-71
Corpus Christi Standards 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 00 72 00-72
Corpus Christi Standards 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 00 72 00-73
Corpus Christi Standards 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 00 72 00-74
Corpus Christi Standards 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 00 72 00-75
Corpus Christi Standards 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 00 72 00-76
Corpus Christi Standards 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 00 72 00-77
Corpus Christi Standards 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
17.17.13 corrected if Contractor does not comply with the terms of OAR's instructions, or in
an emergency where delay would cause serious risk of loss or damage.
General Conditions 00 72 00-78
Corpus Christi Standards 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 00 72 00-79
Corpus Christi Standards 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 00 72 00-80
Corpus Christi Standards 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 00 72 00-81
Corpus Christi Standards 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 00 72 00-82
Corpus Christi Standards 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 00 72 00-83
Corpus Christi Standards 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 00 72 00-84
Corpus Christi Standards 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 00 72 00-85
Corpus Christi Standards 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 00 72 00-86
Corpus Christi Standards 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 00 72 00-87
Corpus Christi Standards 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 00 72 00-88
Corpus Christi Standards 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 00 72 00-89
Corpus Christi Standards 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 00 72 00-90
Corpus Christi Standards 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 00 72 00-91
Corpus Christi Standards 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 00 72 00-92
Corpus Christi Standards 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 00 72 00-93
Corpus Christi Standards 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;
g. Provide adequate quantities of representative products to be tested to the
laboratory at the designated locations;
General Conditions 00 72 00-94
Corpus Christi Standards 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 00 72 00-95
Corpus Christi Standards 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 00 72 00-96
Corpus Christi Standards 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 00 72 00-97
Corpus Christi Standards 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 00 72 00-98
Corpus Christi Standards 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 21.11.13.5 that will be
provided by the OPT as part of their Quality Management Program;
7. Procedures for tracking and documenting quality management efforts.
8. Procedures for tracking Defective Work from initial identification through acceptable
corrective action. Indicate how documentation of the verification process for
deficiencies will be made.
9. Reporting procedures which incorporate the use of forms provided by the OAR.
10. The name of the proposed testing laboratories along with documentation of
qualifications per Paragraph 21.04.
C. The Quality Control Manager must have authority to reject Defective Work and redirect the
efforts of the Contractor's Team to prevent or correct Defective Work.
D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control
personnel.
General Conditions 00 72 00-99
Corpus Christi Standards 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.
j. Do not move to the next phase unless results of investigations required for the
planning phase indicate that requirements have been met.
2. Work Phase: Complete this phase after the Planning Phase:
a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the
review of the planning effort to indicate that requirements have been met.
b. Check the Work to ensure that it is in full compliance with the Contract Documents.
General Conditions 00 72 00-100
Corpus Christi Standards 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 00 72 00-101
Corpus Christi Standards 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 00 72 00-102
Corpus Christi Standards 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 workforce 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 00 72 00-103
Corpus Christi Standards 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 00 72 00-104
Corpus Christi Standards 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.
g. Use software to reduce file size using default settings except the option for "Drop
Metadata." Uncheck the "Drop Metadata" box when reducing file size.
h. Add footers to each document with the Project name.
24.05 Document Numbering
A. Assign a number to the documents originated to allow tracking of the documents during the
review process.
1. Assign the number consisting of a prefix, a sequence number, and a letter suffix.
Prefixes shall be as follows:
Prefix Description Originator
AP Application for Payment Contractor
CO Change Order OAR
CID Change Proposal Contractor
CTR Certified Test Report Contractor
FO Field Order OAR
NBC Notification by Contractor Contractor
PD Photographic Documentation Contractor
General Conditions 00 72 00-105
Corpus Christi Standards 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 00 72 00-106
Corpus Christi Standards 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 00 72 00-107
Corpus Christi Standards 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 00 72 00-108
Corpus Christi Standards 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 00 72 00-109
Corpus Christi Standards 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.
g. Use software to reduce file size using default settings except the option for "Drop
Metadata." Uncheck the "Drop Metadata" box when reducing file size.
h. Add footers to each document with the Project name.
General Conditions 00 72 00-110
Corpus Christi Standards 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 00 72 00-111
Corpus Christi Standards 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 00 72 00-112
Corpus Christi Standards 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 00 72 00-113
Corpus Christi Standards 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 00 72 00-114
Corpus Christi Standards 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 00 72 00-115
Corpus Christi Standards 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 00 72 00-116
Corpus Christi Standards 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 00 72 00-117
Corpus Christi Standards 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 00 72 00-118
Corpus Christi Standards 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.
g. Use software to reduce file size using default settings except the option for "Drop
Metadata." Uncheck the "Drop Metadata" box when reducing file size.
h. Add footers to each document with the Project name.
3. Submit each specific product, class of material, or product separately so these can be
tracked and processed independently. Do not submit Record Data for more than one
system in the same Record Data.
4. Submit items specified in different Specification Sections separately unless they are part
of an integrated system.
5. Define abbreviations and symbols used in Record Data.
General Conditions 00 72 00-119
Corpus Christi Standards 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 00 72 00-120
Corpus Christi Standards 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 00 72 00-121
Corpus Christi Standards 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 00 72 00-122
Corpus Christi Standards 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.OS Float Time
A. Define float time as the amount of time between the earliest start date and the latest start
date of a chain of activities on the construction schedule.
B. Float time is not for the exclusive use or benefit of either the Contractor or Owner.
C. Where several subsystems each have a critical path, the subsystem with the longest time of
completion is the critical path and float time is to be assigned to other subsystems.
D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only
be modified by a Change Order or Contract Amendment.
General Conditions 00 72 00-123
Corpus Christi Standards 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 00 72 00-124
Corpus Christi Standards 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 00 72 00-125
Corpus Christi Standards 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 00 72 00-126
Corpus Christi Standards 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 00 72 00-127
Corpus Christi Standards 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 00 72 00-128
Corpus Christi Standards 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 00 72 00-129
Corpus Christi Standards 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 00 72 00-130
Corpus Christi Standards 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 00 72 00-131
Corpus Christi Standards 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 00 72 00-132
Corpus Christi Standards 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
Urban Engineering, LLC
ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK
SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS
A. The allocation for delays in the Contractor's progress for rain days as set forth in General
Conditions Paragraph 4.04.D are to be determined as follows:
1. Include rain days in developing the schedule for construction. Schedule construction so
that the Work will be completed within the Contract Times assuming that these rain
days will occur. Incorporate residual impacts following rain days such as limited access
to and within the Site, inability to work due to wet or muddy Site conditions, delays in
delivery of equipment and materials, and other impacts related to rain days when
developing the schedule for construction. Include all costs associated with these rain
days and residual impacts in the Contract Price.
2. A rain day is defined as any day in which the amount of rain measured by the National
Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater.
Records indicate the following average number of rain days for each month:
Month Day Month Days
January 3 July 3
February 3 August 4
March 2 September 7
April 3 October 4
May 4 November 3
June 4 December 3
Supplementary Conditions 00 73 00- 1
State Highway 286 Waterline Replacement—Project No:20101 Rev 3/2023
3. A total of 40 rain days have been set for this Project. An extension of time due to rain
days will be considered only after 40 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: See Geotechnical Report in Appendix 1.
2. Drawings of physical conditions relating to existing surface or subsurface structures at
the Site (except Underground Facilities) include the following: None.
SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE
A. This Supplementary Condition identifies documents referenced in General Conditions
Paragraph 5.06 which describe Hazardous Environmental Conditions that have been
identified at or adjacent to the Site.
1. Environmental Reports include the following: None.
Supplementary Conditions 00 73 00-2
State Highway 286 Waterline Replacement—Project No:20101 Rev 3/2023
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 $1,000,000 Per Occurrence
5. Contractual Liability $2,000,000 Aggregate
6 Independent Contractors
7. Personal &Advertising Injury
Business Automobile Liability-Owned, Non-
$500,000 Combined Single Limit
Owned, Rented and Leased
Workers' Compensation Statutory
Employer's Liability $500,000/500,000/500,000
Excess Liability/Umbrella Liability
$1,000,000 Per Occurrence
Required if Contract Price>$5,000,000
Contractor's Pollution Liability / $1,000,000 Per Claim
Environmental Impairment Coverage
Not limited to sudden and accidental 1X Required ❑ Not Required
discharge. To include long-term
environmental impact for the disposal of
pollutants/contaminants.
Required if excavation > 5 ft or asbestos
present
Builder's Risk(All Perils including Collapse) Coverage limit shall be in the amount of
the total cost of the project.
Required for vertical structures and bridges
❑ Required Not Required
Installation/Equipment Floater
Equal to Contract Price
Required if installing city-owned equipment
or storing contractor equipment on city- ❑ Required Not Required
owned property
Supplementary Conditions 00 73 00-3
State Highway 286 Waterline Replacement—Project No:20101 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
sunrise to sundown Monday through Friday 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."
Supplementary Conditions 00 73 00-4
State Highway 286 Waterline Replacement—Project No:20101 Rev 3/2023
ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS
SC-14.04 PREVAILING WAGE RATES
A. The minimum rates for various labor classifications as established by the Owner are shown
below:
Wage
Determination Construction Type Project Type
(WD) No
TX21 Heavy Heavy Construction Projects (including Sewer
and Water Line Construction and Drainage
Projects)
TX29 Highway Highway Construction Projects (excluding
tunnels, building structures in rest area projects
& railroad construction; bascule, suspension &
spandrel arch bridges designed for commercial
navigation, bridges involving marine
construction; and other major bridges).
Supplementary Conditions 00 73 00-5
State Highway 286 Waterline Replacement—Project No:20101 Rev 3/2023
"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).
1If the contract is entered 1. Executive Order 14026
linto on or after January 30, 1 generally applies to the
12022, or the contract is I contract.
renewed or extended(e.g., an 1. The contractor must pay
loption is exercised) on or I all covered workers at
lafter January 30, 2022: 1 least$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.
1If the contract was awarded onl. Executive Order 13658
for between January 1, 2015 andl generally applies to the
JJanuary 29, 2022, and the I contract.
contract is not renewed or 1. The contractor must pay alll
extended on or after January I covered workers at least
130, 2022: 1 $12.90 per hour (or the
applicable wage rate listed)
on this wage determination,)
if it is higher) for all
hours spent performing on
that contract in 2024.
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
file:///S/Projects/33500up/33760/C000/Specs/1%20General/ENG-00-73-01%20tx21%20HEAVY%20(Nueces,°/o2OSan%20Patricio).txt[7/25/2024 8:19:02 AM]
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/05/2024
SUTX1987-001 12/01/1987
Rates Fringes
CARPENTER(Excluding Form
Setting).........................$ 9.05 **
Concrete Finisher................$ 7.56 **
ELECTRICIAN......................$ 13.37 ** 2.58
Laborers:
Common......................$ 7.25 **
Utility.....................$ 7.68 **
Power equipment operators:
Backhoe.....................$ 9.21 **
Motor Grader................$ 8.72
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
------------------------------------------------------
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($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
file:///S/Projects/33500up/33760/C000/Specs/1%20General/ENG-00-73-01%20tx21%20HEAVY%20(Nueces,°/o20San%20Patricio).txt[7/25/2024 8:19:02 AM]
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/govemment-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
file:///S/Projects/33500up/33760/C000/Specs/1%20General/ENG-00-73-01%20tx21%20HEAVY%20(Nueces,°/o20San%20Patricio).txt[7/25/2024 8:19:02 AM]
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* 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
file:///S/Projects/33500up/33760/C000/Specs/1%20General/ENG-00-73-01%20tx21%20HEAVY%20(Nueces,°/o20San%20Patricio).txt[7/25/2024 8:19:02 AM]
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 requester 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"
file:///S/Projects/33500up/33760/C000/Specs/1%20General/ENG-00-73-01%20tx21%20HEAVY%20(Nueces,°/`20San%20Patricio).txt[7/25/2024 8:19:02 AM]
"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).
1If the contract is entered 1. Executive Order 14026
linto on or after January 30, 1 generally applies to the
12022, or the contract is I contract.
renewed or extended (e.g., an 1. The contractor must pay
loption is exercised) on or I all covered workers at
rafter January 30, 2022: 1 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.
1If the contract was awarded onl. Executive Order 13658
for between January 1, 2015 andl generally applies to the
JJanuary 29, 2022, and the I contract.
contract is not renewed or 1. The contractor must pay alll
extended on or after January I covered workers at least
130, 2022: 1 $12.90 per hour (or the
applicable wage rate listed)
on this wage determination,1
if it is higher) for all
hours spent performing on
that contract in 2024. 1
1 1
file:///S/...%20General/ENG-00-73-02%20tx29%20HIGHWAY%20(Aransas,%20Calhoun,%20Goliad,°/o20Nueces,°/a20San%20Patricio).txt[7/25/2024 8:19:34 AM]
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/05/2024
SUTX2011-010 08/08/2011
Rates Fringes
CEMENT MASON/CONCRETE
FINISHER(Paving & Structures)...$ 12.64 **
FORM BUILDER/FORM SETTER
Paving & Curb...............$ 10.69 **
Structures..................$ 13.61
LABORER
Asphalt Raker...............$ 11.67 **
Flagger.....................$ 8.81 **
Laborer, Common.............$ 10.25 **
Laborer, Utility............$ 11.23
Pipelayer...................$ 11.17 **
Work Zone Barricade
Servicer....................$ 11.51 **
PAINTER(Structures).............$ 21.29
POWER EQUIPMENT OPERATOR:
Asphalt Distributor.........$ 14.25 **
Asphalt Paving Machine......$ 13.44 **
Mechanic....................$ 17.00 **
Motor Grader, Fine Grade....$ 17.74
Motor Grader, Rough.........$ 16.85 **
TRUCK DRIVER
Lowboy-Float................$ 16.62 **
Single Axle.................$ 11.61 **
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
------------------------------------------------------
file:///S/...%20General/ENG-00-73-02%20tx29%20HIGHWAY%20(Aransas,%20Calhoun,%20Goliad,°/o20Nueces,°/a20San%20Patricio).txt[7/25/2024 8:19:34 AM]
** 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 EO
is available at
https://www.dol.gov/agencies/whd/govemment-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
file:///S/...%20General/ENG-00-73-02%20tx29%20HIGHWAY%20(Aransas,%20Calhoun,%20Goliad,°/o20Nueces,°/a20San%20Patricio).txt[7/25/2024 8:19:34 AM]
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 a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
file:///S/...%20General/ENG-00-73-02%20tx29%20HIGHWAY%20(Aransas,%20Calhoun,%20Goliad,°/o20Nueces,°/a20San%20Patricio).txt[7/25/2024 8:19:34 AM]
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
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
file:///S/...%20General/ENG-00-73-02%20tx29%20HIGHWAY%20(Aransas,%20Calhoun,%20Goliad,°/o20Nueces,°/a20San%20Patricio).txt[7/25/2024 8:19:34 AM]
------------------------------------------------------
END OF GENERAL DECISION"
file:///S/...%20General/ENG-00-73-02%20tx29%20HIGHWAY%20(Aransas,%20Calhoun,%20Goliad,°/o20Nueces,°/o20San%20Patricio).txt[7/25/2024 8:19:34 AM]
ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION
SC-19.21 COOPERATION WITH PUBLIC AGENCIES
A. For the Contractor's convenience, the following telephone numbers are listed:
Public Agencies/Contacts Phone Number
City Engineer 361-826-3500
Urban Engineering
361-854-3101
J. Douglas McMullan, P. E.
Traffic Engineering 361-826-3547
Police Department 361-882-2600
Water/Wastewater/Stormwater 361-826-1800
(361-826-1818 after hours)
Gas Department 361-885-6900
(361-885-6942 after hours)
Parks& Recreation Department 361-826-3461
Street Department 361-826-1875
City Street Div.for Traffic Signals 361-826-1610
Solid Waste & Brush 361-826-1973
IT Department(City Fiber) 361-826-1956
AEP 1-877-373-4858
AT&T 361-881-2511
(1-800-824-4424 after hours)
Grande Communications 1-866-247-2633
Spectrum Communications 1-800-892-4357
Crown Castle Communications
1-888-632-0931
(Network Operations Center)
Centu ryl-i n k 361-208-0730
Windstream 1-800-600-5050
Regional Transportation Authority 361-289-2712
Port of Corpus Christi Authority Engr. 361-882-5633
TxDOT Area Office 361-808-2500
Corpus Christi ISD 361-695-7200
Supplementary Conditions 00 73 00-6
State Highway 286 Waterline Replacement—Project No:20101 Rev 3/2023
ARTICLE 25—SHOP DRAWINGS
SC-25.03 CONTRACTOR'S RESPONSIBILITIES
A. Provide Shop Drawings for the following items:
Specification Section Shop Drawing Description
025223 Crushed Limestone Flexible Base
026206 Ductile Iron Pipe and Fittings
026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe
for Municipal Water Mains and Wastewater Force Mains)
027205 Fiberglass Manholes
026404 Water Service Lines
026411 Gate Valves for Waterlines
026416 Fire Hydrants
030020 Portland Cement Concrete
02341 Guided Boring and Casing(Pilot Tube Method)
02449 Installation of Utilities by Horizontal Directional Drilling
02512 Fusible Polyvinyl Chloride Pipe
15104 Gate Valves
15108 Combination Air Release and Vacuum Valves
SC-25.12 RESUBMISSION REQUIREMENTS
A. Pay for excessive review of Shop Drawings.
1. Cost for additional review time will be billed to the Owner by the Designer for the actual
hours required for the review of Shop Drawings by Designer and in accordance with the
rates listed below:
ARTICLE 26—RECORD DATA
SC-26.03 CONTRACTOR'S RESPONSIBILITIES
A. Submit Record Data for the following items:
Specification Section Record Data Description
GC 20.08 Redline Drawings
SC-30.21 Notices.
A. Strict compliance is required for all notice provisions in this Contract.
END OF SECTION
Supplementary Conditions 00 73 00-7
State Highway 286 Waterline Replacement—Project No:20101 Rev 3/2023
011100 SUMMARY OF WORK
1.00 GENERAL
1.01 WORK INCLUDED
A. Construct Work as described in the Contract Documents.
1. Provide the materials, equipment, and incidentals required to make the Project
completely and fully useable.
2. Provide the labor, equipment, tools, and consumable supplies required for a complete
Project.
3. The Contract Documents do not indicate or describe all of the Work required to
complete the Project. Additional details required for the correct installation of selected
products are to be provided by the Contractor and coordinated with the OAR.
1.02 DESCRIPTION OF WORK
A. Work is described in general, non-inclusive terms as:
1. The project is replacement of 2.64 miles of 2.5-inch, 3-inch and 4-inch water line with a
new 16-inch transmission main, from Farm-to-Market (FM) 43 to FM2444 adjacent to
State Highway (SH) 286 right-of-way. The project also includes the installation of 2.69
miles of new 16-inch water transmission main along FM 43, along FM2444, and SH 286
(North) with connections to the city's existing 8/16-inch grid mains, 48-inch
transmission main, installation of 12-inch lateral mains and appurtenances. Pipe
installation will be by conventional trenching, guided auger bore and horizontal
directional drilling.
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. TxDOT widening of S.H. 286 from FM43 to FM2444.
B. In the case of a disagreement between the above list and those specified elsewhere in the
Contract Documents, the Contractor is to base his Proposal on the most expensive listing.
C. Completion of the Work described in this Contract may impact the construction and testing
of the items listed above.
1. Coordinate construction activities through the OAR.
2. Pay claims for damages which result from the late completion of the Project or any
specified Milestones.
1.04 WORK BY OWNER
A. The Owner plans to perform the following items of work which are not included in this
Contract, but may impact the construction scheduling and completion:
1. None
Summary of Work 01 11 00- 1
State Highway 286 Waterline Replacement—Project No:20101 Rev 10/2018
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 1100-2
State Highway 286 Waterline Replacement—Project No:20101 Rev 10/2018
01 23 10 ALTERNATES AND ALLOWANCES
1.00 GENERAL
1.01 REQUIREMENTS
A. Alternates:
1. This Section describes each alternate by number and describes the basic changes to be
incorporated into the Work when this alternate is made a part of the Work in the
Agreement.
2. Drawings and Specifications will outline the extent of Work to be included in the
alternate Contract Price.
3. Coordinate related Work and modify surrounding Work as required to properly
integrate the Work under each alternate,and provide a complete and functional Project
as required by the Contract Documents.
4. Bids for alternates may be accepted or rejected at the option of the Owner.
5. Owner may incorporate these alternates in the Contract when executed, or may issue a
Change Order to incorporate these alternates within 120 days at the prices offered in
the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after
120 days or other designated time period to negotiate a new price for incorporating the
Work into the Project.
B. The Bid Items described as"Allowances" have been set as noted in Section 00 30 01 Bid Form
and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances
may be used at the Owner's discretion in the event that unforeseen conditions or conflicts
are encountered during construction that warrants the use of the Allowance funds. If the
use of Allowance funds becomes necessary, the OAR will provide written authorization at a
cost negotiated between Owner and Contractor, using unit prices in the Bid Form when
applicable. No work is to be performed under the Allowance items without written
authorization from the OAR. There is no guarantee that any of these funds will need to be
used during the course of the Work.
1.02 DOCUMENT SUBMITTALS
A. Provide documents for materials furnished as part of the alternate in accordance with Article
24 of SECTION 00 72 00 GENERAL CONDITIONS.
1.03 DESCRIPTION OF ALTERNATES- NONE
1.04 DESCRIPTION OF ALLOWANCES
A. Allowance A2—Bonds and Insurance
1. Payment shall include all bonds and insurance required under the Contract Documents.
2. Payment for bonds and insurance will be based on the receipt of documentation of
actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for
all bonds and insurance. Contractor will be reimbursed for the actual cost of unique
insurance as required and obtained specifically forthis Project, not including the routine
Alternates and Allowances 01 23 10-1
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
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.
B. Allowance D1— Unanticipated Utility Allowance:
1. Payment by Allowance
2. Measurements and payment for unanticipated utility allowance shall be negotiated on
an as needed basis and shall include but is not limited to all of the materials, labor and
equipment to complete the following:
a. The sum of $993,600 has been estimated to cover utility adjustment and other
unforeseen items found at the site.
b. Any other item required to complete the utility adjustments in accordance with
these contract documents that are not measured and paid for under another bid
item.
C. Allowance D2— Unanticipated Disposal of Contaminated Soil:
1. Payment by Allowance
2. Measurements and payment for unanticipated disposal of contaminated soil allowance
shall be negotiated on an as needed basis and shall include but is not limited to all of
the materials, labor and equipment to complete the following:
a. The sum of $10,000 has been estimated to cover disposal of unanticipated
contaminated soil found at the site.
b. Any other item required to complete the disposal of contaminated soil in
accordance with these contract documents that are not measured and paid for
under another bid item.
D. Allowance D3— Unanticipated Disposal of Contaminated Ground Water:
1. Payment by Allowance
2. Measurements and payment for unanticipated disposal of contaminated groundwater
allowance shall be negotiated on an as needed basis and shall include but is not limited
to all of the materials, labor and equipment to complete the following:
a. The sum of $10,000 has been estimated to cover disposal of contaminated
groundwater as outlined in 0157 00 Section 1.12.
E. Any other item required to complete the disposal of contaminated groundwater in
accordance with these contract documents that are not measured and paid for under
another bid item.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Alternates and Allowances 01 23 10-2
State Highway 286 Waterline Replacement—Project No:20101 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 A-1—Mobilization (Maximum S%):
1. Include the following costs in this Bid item:
a. Transportation and setup for equipment;
b. Transportation and/or erection of all field offices, sheds, and storage facilities;
c. Salaries for preparation of documents required before the first Application for
Payment;
d. Salaries for field personnel assigned to the Project related to the mobilization of the
Project;
e. Demobilization; and
f. Mobilization may not exceed 5 percent of the total Contract Price.
Measurement and Basis for Payment 01 29 01-1
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
2. Measurement for payment will be made per lump sum on the following basis: When at
least 5% of the adjusted contract amount for construction is earned, 75% of the
mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon
substantial completion of all work under this Contract and removal of all equipment and
materials from the Project site, the remaining 25% of the mobilization lump sum bid
amount will be eligible for payment, minus retainage.
B. Bid Item A-2— Bonds and Insurance (Maximum Allowance of 2%)
See 0123 10 Alternates and Allowances.
C. Bid Item A-3— Install and Remove Silt Fence:
1. Payment by Linear Foot
2. Measurement for install and remove Silt Fence shall be per Linear Foot and shall be full
compensation for all labor,materials,and equipment required to provide a complete and
functioning system as required by the Contract Documents including but not limited to:
a. Furnish, install, maintain, and remove all silt fence, erosion control devices, and
practices as described by the Storm Water Quality Management Plan.
b. Any other items required to complete the slit fence, erosion control devices in
accordance with these Contract Documents that are not measured and paid for
under another bid item.
D. Bid Item A-4— Furnish and Install Signing and Traffic Control:
1. Payment by Lump Sum
2. Measurement for Traffic Control and shall be per Lump Sum and shall be full
compensation for all labor, materials, and equipment required to provide a complete
and functioning system as required by the Contract Documents including but not limited
to:
a. Furnish, install and maintain traffic control devices,signage and personnel necessary
for the job, as shown in the Traffic Control Plan.
b. Any other items required to complete the traffic control in accordance with these
Contract Documents that are not measured and paid for under another bid item.
E. Bid Item A-5—Storm Water Pollution Prevention:
1. Payment by Lump Sum and will 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.
F. Bid Item A-6—Trench Safety for Waterline Installation:
1. Payment by Linear Foot
Measurement and Basis for Payment 01 29 01-2
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
2. Measurement for Trench Safety shall be per Linear Foot and shall be full compensation
for all labor, materials, and equipment required to provide a complete and functioning
system as required by the Contract Documents including but not limited to:
a. OSHA Trench Safety shall be provided for any excavation or any part of a trench
regardless of depth and shall include the cost to provide trench safety as set out in
Standard Specification 022022 Trench Safety for Excavation.
b. Any other items required to complete the OSHA Trench Protection in accordance
with these Contract Documents that are not measured and paid for under another
bid item.
G. Bid Item A-7—Trench Safety for Auger Boring Shafts:
1. Payment by Each
2. Measurement for Trench Safety shall be per Each and shall be full compensation for all
labor, materials, and equipment required to provide a complete and functioning system
as required by the Contract Documents including but not limited to:
a. OSHA Trench Safety shall be provided for any excavation or any part of a trench
regardless of depth and shall include the cost to provide trench safety as set out in
Standard Specification 022022 Trench Safety for Excavation.
b. Any other items required to complete the OSHA Trench Protection in accordance
with these Contract Documents that are not measured and paid for under another
bid item.
H. Bid Item A-8— Furnish and Install Well Pointing for Waterline Installation:
1. Pay by Linear Foot
2. Well pointing is not dewatering as described in Section 0157 00.
3. Measurement for Well Pointing and shall be per Linear Foot along the center line of
excavation and shall be full compensation for all labor, materials, and equipment
required to provide a complete and functioning system as required by the Contract
Documents including but not limited to:
a. All pumps, piping, hoses well points and material required to provide a suitable
working environment.
b. Disposal of water. (See also Section 0157 00).
C. Any other items required to complete the well pointing in accordance with
these Contract Documents that are not measured and paid for under bid item.
I. Bid Item A-9—Preconstruction Exploratory Excavation:
1. Payment by Lump Sum
2. Measurement for Pre-Compensation Exploratory Excavation shall be full compensation
for all labor, materials, and equipment required to provide a complete and functioning
system as required by the Contract Documents shall include but not limited to:
a. Excavation 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
Measurement and Basis for Payment 01 29 01-3
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
horizontal location at each point the existing pipeline may potentially conflict with
the Work.
b. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for
existing pipelines which are within 10 feet of Project pipelines. Survey the line to
determine its exact vertical and horizontal location at each point where the line is
excavated and exposed.
c. Prepare a Plan of Action 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 Designer.
e. Pavement repairs associated with exploratory excavations will be paid for at the unit
prices for pavement repair.
f. Any other items required to complete the exploratory excavations in accordance
with these Contract Documents that are not measured and paid for under another
bid item.
J. Bid Item A-10—Unanticipated Ozone Advisory Day:
1. Payment by Day
2. Measurements of Ozone Advisory Day shall be full compensation for all labor, materials
and equipment schedule for hot mix paving for each day that an extension of time is
granted, see also 0157 00 Section 1.09.
K. Bid Item A-11—Brush and Tree Removal:
1. Payment by Acre
2. Measurement for Brush and Tree Removal shall be per Acre and shall be full
compensation for all labor, materials, and equipment required to provide a complete and
functioning system as required by the Contract Documents including but not limited to:
a. Cut, remove and dispose of trees and brush encountered along the right-of-way and
temporary construction easement to facilitate movement and storage of equipment
and materials and to install the new waterlines.
b. Any other items required to complete the brush and tree removal in accordance with
these Contract Documents that are not measured and paid for under another bid
item.
L. Bid Item A-12—Temporary Topsoil, Removal, Storage and Replacement:
1. Payment by Acre
2. Measurement for Temporary Topsoil, Removal, Storage and Replacement shall be per
Acre and shall be full compensation for all labor, materials, and equipment required to
provide a complete and functioning system as required by the Contract Documents
including but not limited to:
Measurement and Basis for Payment 01 29 01-4
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
a. Carefully remove and stockpile the first 18-inches of topsoil in a separate row away
from the other excavated material, along the edge of the trench.
b. During storage, protect this material from being intermingled with the other
excavated material.
c. Once the trench has been backfilled to within 12 to 18-inches of the final grade the
stock piled material will be placed on top of the backfill to bring the trench to grade.
d. Any other items required to complete the temporary topsoil, removal, storage and
replacement in accordance with these Contract Documents that are not measured
and paid for under another bid item.
M. Bid Item A-13—Topsoil Disking and Raking to Re-aerate and Return to Original Contour:
1. Payment by Acre
2. Measurement for Topsoil Disking and Raking shall be per Acre and shall be full
compensation for all labor, materials, and equipment required to provide a complete and
functioning system as required by the Contract Documents including but not limited to:
a. Once the trench has been backfilled, all testing has been completed and the
equipment and materials removed the contractor will disk and rake the entire width
of the easement and temporary construction easement. This is required to re-aerate
the soil and to bring the area back to preconstruction contours.
b. Any other items required to complete the topsoil disking and raking in accordance
with these Contract Documents that are not measured and paid for under another
bid item.
N. Bid Item A-14—Temporary Fence Removal Relocation and Replacement:
1. Payment by Linear Foot
2. Measurement for Temporary Fence Removal Relocation and Replacement shall be per
Linear Foot and shall be full compensation for all labor, materials, and equipment required
to provide a complete and functioning system as required by the Contract Documents
including but not limited to:
a. With written authorization from the city/owner the contractor will remove and
relocate the existing fence out of the way of the construction activities.
b. The fence will be maintained during construction.
c. Relocate the existing fence back to its original location upon completion of the
waterline installation.
e. Any damage to the existing fence will be repaired so that the fence is returned to its
original condition.
d. Any other items required to complete the temporary fence removal, relocation and
replacement in accordance with these Contract Documents that are not measured
and paid for under another bid item.
O. Bid Item A-15—Furnish and Install Seeding:
1. Payment by Square Yard
Measurement and Basis for Payment 01 29 01-5
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
2. Measurement for Seeding shall be per Square Yard and shall be full compensation for all
labor, materials, and equipment required to provide a complete and functioning system
as required by the Contract Documents including but not limited to:
a. Furnish and installing topsoil, seed,fertilize, water, and maintain through specified
establishment of grass cover.
b. Any other items required to complete the seeding in accordance with these
Contract Documents that are not measured and paid for under another bid item.
P. Bid Item A-16—Furnish and Install Sodding:
1. Payment by Square Yard
2. Measurement for Seeding shall be per Square Yard and shall be full compensation for all
labor, materials,and equipment required to provide a complete and functioning system as
required by the Contract Documents including but not limited to:
a. Furnish and installing topsoil, sod, fertilize, water, and maintain through specified
establishment of grass cover.
b. Any other items required to complete the sodding in accordance with these Contract
that are not measured and paid for under another bid item.
Q. Bid Item A-17—Relocate Existing Fireworks Structure to Install Waterline:
1. Payment by Each
2. Measurement for Relocate Existing Structure to Install Waterline shall be per Each and
shall be full compensation for all labor, materials, and equipment required to provide a
complete and functioning system as required by the Contract Documents including but not
limited to:
a. With written approval of the city/owner the contractor shall disconnect structure
wiring, take down lights relocate structure to an adjacent location agreed to by the
owner. Prior to relocating the structure, the contractor will construct concrete piers
of the same number, size and orientation to raise the structure off the ground to the
preconstruction elevation.
b. Contractor to reconnect all wiring from the structure to provide functioning lighting
upon completion of the relocation efforts.
c. Contractor is responsible for taking measurements and estimate the weight of the
structure to determine the size of the piers.
d. Any other items required to complete the relocation of existing structures in
accordance with these Contract Documents that are not measured and paid for under
another bid item.
R. Bid Item A-18—Remove Haul-off and Dispose of Debris at Demolished Structures:
1. Payment by Square Yard
2. Measurement for Remove Haul-off and Dispose of Abandoned Structure shall be per
Square Yard and shall be full compensation for all labor, materials,and equipment required
to provide a complete and functioning system as required by the Contract Documents
including but not limited to:
Measurement and Basis for Payment 01 29 01-6
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
a. The contractor shall remove, haul-off and dispose to any remaining broken concrete,
underground sanitary sewer line, waterline, gas line, electrical service that is
encountered in the waterline trench located in Parcel 12 and Parcel 13.
b. Any other items required to complete the remove,haul-off,and disposal in accordance
with these Contract Documents that are not measured and paid for under another bid
item.
S. Bid Item A-19—Pipeline Markers:
1. Payment by Each
2. Measurement for Pipeline Markers shall be per Each and shall be full compensation for all
labor, materials,and equipment required to provide a complete and functioning system as
required by the Contract Documents including but not limited to:
a. Once the trench has been backfilled,all testing has been completed and the area along
the pipeline has been restored the contractor will install pipeline markers as shown in
plans.
b. Any other items required to complete the pipeline markers in accordance with these
Contract Documents that are not measured and paid for under another bid item.
T. Bid Item B-1—Furnish and Install Asphalt Pavement Repairs:
1. Payment by Square Yard
2. Asphalt Pavement Repairs shall be measured by the Square Yard of finished pavement of
the required thickness, in accordance with the Contract Documents. This item includes,
but is not limited to,the following work:
a. Removal and haul off of existing asphalt.
b. Grading and stabilizing the sub-grade with lime (as required).
C. Furnish and install cement stabilized sand.
d. Furnish and install 12 inch thick crushed limestone (Type A, Grade 1) base.
e. Furnish and install prime coat and tack coat.
f. Furnish and installing the asphalt concrete.
g. Any other work required to complete this item in accordance with these Contract
Documents that are not measured and paid for under another bid item.
U. Bid Item B-2—Furnish and Install Concrete Driveway Repair:
1. Payment by Square Foot
2. Concrete Driveway shall be measured by the Square Foot of finished pavement of the
required thickness, in accordance with the Contract Documents. This item includes, but
is not limited to,the following work:
a. Removal and haul off of existing Concrete Driveway.
b. Grading and stabilizing the sub-grade with lime (as required).
c. Constructing the formwork and placing reinforcing steel.
Measurement and Basis for Payment 01 29 01-7
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
d. Furnishing, placing and finishing the concrete pavement.
e. Any other work required to complete this item in accordance with these Contract
Documents that are not measured and paid for under another bid item.
V. Bid Item C-1 — Furnish and Install 6" Diam. C900 DR 18 PVC Waterline by Conventional
Trenching, C-2 — Furnish and Install 8" Diam. Diam. C900 DR18 PVC Waterline by
Conventional Trenching, C-3—Furnish and Install 12" Diam. C900 DR18 PVC Waterline by
Conventional Trenching, C-4—Furnish and Install 16" Diam. C900 DR18 PVC Waterline by
Conventional Trenching:
1. Payment by Linear Foot
2. Measurement for Install Waterline by Conventional Trenching and shall be per linear foot
and shall be full compensation for all labor,materials,and equipment required to provide
a complete and functioning system as required by the Contract Documents including but
not limited to:
a. Excavation and back fill.
b. Sand Encasement.
C. Dewatering as defined in Section 0157 00.
d. Furnish and install all waterline (PVC pipe to have inductive tracer detection tape,
placed 18-inches below finished grade. DIP shall be installed with polyethylene
wrap) as shown on the plans.
e. Furnish and install temporary caps on ends of newly installed pipe.
f. All materials, labor and equipment to complete the bacteriological testing and
hydrostatic testing.
g. If dirt gets into the carrier pipe the Contractor shall pig the pipe to remove all foreign
material.
h. Any other items required to complete the waterline improvements in accordance
with these Contract Documents that are not measured and paid for under another
bid item.
W. Bid Item C-5—Furnish and Install 24"Steel Casing w/12" Diam. C900 DR18 PVC Waterline
by Guided Auger Boring,C-6—Furnish and Install 30"Steel Casingw/16" Diam.C900 DR18
PVC Waterline by Guided Auger Boring:
1. Payment by Linear Foot
2. Measurement for installing a steel casing by Guided Auger Boring (Pilot Tube Method)
including 3", 12" or 16" DR18 C900 PVC carrier pipe shall be per Linear Foot and shall be
full compensation for all labor, materials,and equipment required to provide a complete
and functioning system as required by the Contract Documents including but not limited
to:
a. Excavation and back fill to connect to existing water system.
b. Excavation of auger shafts. Design of auger shafts shall be by a licensed Texas P. E.
C. Furnish, and install PVC waterline pipe as shown on the plans.
Measurement and Basis for Payment 01 29 01-8
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
d. Furnish and install temporary caps.
e. Furnish, Weld and install steel casing pipe.
f. Furnish Casing spacers and install on Carrier Pipe.
g. Install casing using the pilot tube method.
h. Install Carrier Pipe with bell harness joint restraint inside casing pipe and sealing the
ends of the casing.
i. Guidance technology as required to complete the work.
j. If dirt gets into the carrier pipe the Contractor shall pig the pipe to remove all foreign
material.
k. Dewatering as defined in Section 01 57 00.
I. All materials, labor and equipment to complete the bacteriological testing and
hydrostatic testing.
m. Site clean-up including hauling off the drilling fluids and cuttings to an approved
disposal site.
n. Any other items required to complete the steel casing installation in accordance
with these Contract Documents that are not measured and paid for under another
bid item.
X. Bid Item C-7—Furnish and Install 24" Steel Casing w/12" Diam. C900 DR18 PVC Waterline
by Conventional Trenching, and C-8 — Furnish and Install 30" Steel Casing w/16" Diam.
C900 DR18 PVC Waterline by Conventional Trenching:
1. Payment by Linear Foot
2. Measurement for Casing Pipe by Conventional Trenching including Carrier Pipe and shall
be full compensation for all labor, materials, and equipment required to provide a
complete and functioning system as required by the Contract Documents including but
not limited to:
a. Trench excavation and backfill.
b. Dewatering as described in Section 0157 00.
C. Furnishing and installing (including welding) steel casing pipe.
d. Furnishing and installing casing spacers.
e. Furnishing and installing the carrier pipe with bell harness joint restraint as noted,
inside the casing.
f. Furnish and install temporary caps.
g. Sealing the ends of the casing.
h. If dirt gets into the carrier pipe the Contractor shall pig the pipe to remove all
foreign material.
i. Any other items required to complete steel casing installation in accordance with
these Contract Documents that are not measured and paid for under another bid
item.
Measurement and Basis for Payment 01 29 01-9
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
Y. Bid Item C-9— Furnish and Install 16" Diam. C900 DR18 Fusible PVC Waterline by HDD:
1. Payment by Linear Foot
2. Measurement for install Fusible PVC Transmission Main by HDD shall be per linear foot
and shall be full compensation for all labor,materials,and equipment required to provide
a complete and functioning system as required by the Contract Document including but
not limited to:
a. Provide work plan with driller, mud technician and guidance technician
qualifications as described in the contract documents. All calculations shall be
carries out by a licensed Texas P. E.
b. Drilling pilot hole and reaming to correct size.
c. Furnish and install Fusible PVC to PVC Connection.
d. Excavation and back fill to facilitate connection to existing system.
e. Furnish,fuse, and install all Fusible PVC pipe as shown on the plans.
f. Provide guidance technology (wire line or gyro) as required.
g. Dewatering, as defined in Section 0157 00.
h. Furnish and install temporary caps.
i. If dirt gets into the carrier pipe the Contractor shall pig the pipe to remove all foreign
material.
j. All materials, labor,and equipment to complete the hydrostatic testing, disinfection
and flushing of completed lines.
k. Site clean-up including hauling off the drilling fluids and cuttings to an approved
disposal site.
I. Provide as-built drawing of bore profile in auto cad format.
m. Any other items required to complete the water line installation by HDD in
accordance with these Contract Documents that are not measured and paid for
under another bid item.
Z. Bid Item C-10—Construct Drill Pads For HDD:
1. Payment by Each
2. Measurement for Construct Horizontal Drill Pads shall be by Each individual item installed
to construct and remove the drill entry pad at each work site, in accordance with the
Contract Documents. This item includes, but is not limited to the following work:
a. Furnish and install granular material to requirements of the HDD contractor.
b. Remove all granular material and restore pad site to pre-construction conditions
and contours.
C. Dispose of all granular material according to Local, State and Federal regulations.
d. Furnish Storm Water Pollution Prevention BMP's as specified in the Contract
Documents, not paid for under a separate item, see Pollution Prevention Details on
Plan Sheet 36 and Section 02620 of the specifications.
Measurement and Basis for Payment 01 29 01-10
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
e. Install, maintain, and remove silt fence. Silt fence shall completely surround the
work area.
f. Mud pits shall be excavated and constructed so that there is a berm around the pit
upon completion. The contractor will install, maintain and remove silt fence around
the outside of the berm during the course of the drilling activities. This silt fence is
in addition to the silt fence that will surround the work area, noted above.
g. Any other items required to complete the drill pads in accordance with these
Contract Documents that are not measured and paid for under another bid item.
AA. Bid Item C-11— Furnish and Install Air Release Valve and Manhole:
1. Payment by Each
2. This item will be measured by each individual installation. This item includes, but is not
limited to,the following work:
a. Furnishing and installing transmission main taps, control valves, air valves
miscellaneous piping,vents, fiberglass manholes, access cover, and guard posts.
b. Top of chambers and valve boxes shall match the finished grade, unless shown
otherwise on the plans.
c. Grading and cleaning up of installation and affected area.
d. Concrete poured inside guard post shall be domed for drainage and shall have a
smooth finish.
e. Any other work required to complete this item in accordance with these Contract
Documents that are not measured and paid for under another bid item.
BB. Bid Item C-12 — Furnish and Install 8" 45 Deg. Bend (MJ with Mega Lug Joint Restraint
Fitting); C-13 — Furnish and Install 12" Cap (MJ with Mega Lug Restraint Fitting); C-14 —
Furnish and Install 12" 90 Deg Bend (MJ with Mega Lug Joint Restraint Fitting); C-15 —
Furnish and Install 12"45 Deg Bend (MJ with Mega Joint Restraint Fitting); C-16—Furnish
and Install 12" Cross (MJ with Mega Lug Joint Restraint Fitting); C-17—Furnish and Install
16" Cap (MJ with Mega Lug Joint Restraint Fitting); C-18 — Furnish and Install 16" 11.25
Deg Bend (MJ with Mega Lug Joint Restraint Fitting); C-19—Furnish and Install 16"45 Deg
Bend (MJ with Mega Lug Joint Restraint Fitting); C-20 — Furnish and install 16" 90 Deg
Bend (MJ with Mega Lug Joint Restraint Fitting); C-21 — Furnish and Install 16"x12"
Reducers(MJ with Mega Lug Joint Restraint Fitting);C-22—Furnish and Install 16"Tee(MJ
with Mega Lug Joint Restraint Fitting);C-23—Furnish and Install 16"x16"x12"Tee(MJ with
Mega Lug Joint Restraint Fitting):
1. Payment by Each
2. Measurement for Ductile Iron Fittings and shall be per Each and shall be full
compensation for all labor,materials,and equipment required to provide a complete and
functioning system as required by the Contract Documents including but not limited to:
a. Furnish and install the fitting complete with mega lug joint restraint fitting.
b. Embedment.
C. Furnish and install any adapters or special fittings.
Measurement and Basis for Payment 01 29 01-11
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
d. Furnish and install polyethylene wrap.
e. Furnish and install concrete thrust blocking.
f. Any other items required to complete the installation of fittings in accordance with
these Contract Documents that are not measured and paid for under another bid
item.
CC. Bid Item C-24— Furnish and Install Bell Harness Assembly for 8" Dia. Waterline, Bid Item
C-25—Furnish and Install Bell Harness Assembly for 12" Dia.Waterline, and Bid Item C-26
—Furnish and Install Bell Harness Assembly for 16" Dia. Waterline:
1. Payment by Each
2. Measurement for Bell Harness Assembly shall be per Each and shall be full compensation
for all labor, materials and equipment required to provide a complete and functioning
system as required by the Contract Documents, including but not limited to:
a. Furnishing and installing the bell harness.
b. Any other items required to complete the installation in accordance with these
Contract Documents that are not measured and paid for under another bid item.
DD. Bid Item C-27—Furnish and Install 12" R/W Gate Valve (MJ with Mega Lug Joint Restraint
Fitting) and C-28 — Furnish and Install 16" Butterfly Valve (MJ with Mega Lug Joint
Restraint Fitting):
1. Payment by Each
2. Measurement for Gate Valve or Butterfly Valve shall be per each and shall be full
compensation for all labor, materials and equipment required to provide a complete and
functioning system as required by the Contract Documents including but not limited to .
a. Furnish and install the valve complete with mega lug joint restraint fitting.
b. Embedment
C. Furnish and install any adapters or special fitting.
d. Furnish and install polyethylene wrap.
e. Any other items required to complete the installation in accordance with these
Contract Documents that are not measured and paid for under another bid item.
EE. Bid Item C-29—Furnish and Install Fire Hydrant including Tee, 6" Gate Valve, and 6" Lead:
1. Payment by Each
2. Measurement for Fire Hydrant shall be per Each and shall be full compensation for all
labor, materials and equipment required to provide a complete and functioning system
as required by the Contract Documents, including but not limited to:
a. Furnishing and installing the Fire Hydrant, connection to the proposed water main,
including 12"x6" tee, 6" gate valve and 6" lead.
b. Any other items required to complete the installation in accordance with these
Contract Documents that are not measured and paid for under another bid item.
FF. Bid Item C-30— Furnish and Install 16-inch Transition Coupling:
Measurement and Basis for Payment 01 29 01-12
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
1. Payment by Each
2. Measurements for Furnish and Install Transition Coupling shall full compensation for all
labor, materials and equipment required to complete the system in accordance with
these Contract Documents that are not measured and paid for under bit item.
GG. Bid Item C-31 — Connection to Existing 48" Waterline at 48"x24" Cross at FM 43 and CR
43 (Incl. Remove Cap, Install Reducer, and 16" transition coupling); C-32—Connection to
Existing 16" Waterline at SH 286 and FM 43 (Incl. 16" Transition Coupling, 16" Wye, 16"
22.5 Deg Bend, 16"Cap);C-33—Connection to Existing 16"Waterline SH 286 North, (incl.
16"Tee, 16" Butterfly Valve, and 16"Transition Couplings); C-34—Connection to Existing
2"Waterline at CR 22 (Incl. 12"Cap with 2"opening and Brass Fittings);C-35—Connection
to Existing 6"Waterline at SH 286 and FM 2444(Incl.8"x6" Reducer 6"Wye,6"Transition
Coupling, and 6" Cap); C-36 — Connection to Existing 8" Waterline at FM 2444, (Incl. 8"
Tee, and 16"x8" Reducer, and 8"Transition Couplings):
1. Payment by Each
2. Measurement for connection to existing waterline shall be per each and shall be full
compensation for all labor,materials,and equipment required to provide a complete and
functioning system as required by the Contract Documents including but not limited to:
a. Excavation and Backfill.
b. Coordinate outage with City.
c. Cut and disconnect waterline from distribution system.
d. At the connection to the existing 48-inch transmission main the Contractor will work
the existing 24-inch valve in conjunction with city forces. The existing cap will be
removed, and the valve tested to see if the connection can be made.
e. Furnish and install all pipe, fittings, and tees, etc. as required to complete the
connection to the new water line.
f. Install concrete thrust blocking.
g. Any other items required to complete the connection in accordance with these
Contract Documents that are not measured and paid for under another bid item.
HH. Bid Item C-37 8" Connection to New 16" Waterline (Incl. 16" x 16" x 8" Tee, 8" 90
Deg Bend, 8"Tee and 8" Gate Valve):
1. Payment by Each
2. Measurement for 8"Connection to New 16"Waterline shall be per Each and shall be
full compensation for all labor, materials, and equipment required to provide a
complete and functioning system as required by the Contract Documents including
but not limited to:
a. Furnish and Install all pipe, fittings, tees, bends and gate valves to connect the
new 8" waterline to the new 16"waterline.
b. Install concrete thrust blocking.
c. Any other items required to complete the connection in accordance with these
Contract Documents that are not measured and paid for under another bid item.
Measurement and Basis for Payment 01 29 01-13
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
II. Bid Item C-38 Furnish and Install 2" Service Tap on 8" Waterline, Bid Item C-39 Furnish
and Install 2" Service Tap on 12" Waterline:
1. Payment by Each
2. Measurement for Install 2" Service Tap shall be per Each and shall be full
compensation for all labor, materials,and equipment required to provide a complete
and functioning system as required by the Contract Documents including but not
limited to:
a. Furnish and Install tapping saddle, corporation stop, SDR 9 HDPE pipe, angle
meter valve, and all hardware required to connect to existing water meter.
b. Any other items required to complete the installation of the 2" service tap in
accordance with these Contract Documents that are not measured and paid for
under another bid item.
JJ. Bid Item C-40 Furnish and Install 12" Cap with 2" Opening (Incl SDR 9 HDPE):
1. Payment by Each
2. Measurement for Install 12" Cap with 2" Opening shall be per Each and shall be full
compensation for all labor, materials,and equipment required to provide a complete
and functioning system as required by the Contract Documents including but not
limited to:
a. Furnish and Install 12" Cap with 2" outlet, brass fittings, corporation stop,SDR
9 HDPE pipe, angle meter valve, and all hardware required to connect to
existing water meter.
b. Any other items required to complete the installation of the 12" cap with 2" outlet
in accordance with these Contract Documents that are not measured and paid for
under another bid item
KK. Bid Item C-41—Abandon Existing 3", 2.5" and 2"Waterlines in SH 286 ROW by filling with
grout:
1. Payment by Linear Foot
2. Measurement for Abandonment of 3", 2.5" and 2" Waterlines shall be per liner foot and
shall be full compensation for all labor, materials, and equipment required to abandon
and grout fill the waterlines as required by the Contract Documents including but not
limited to;
a. Excavation and Backfill.
b. Coordinate outage with City.
c. Cut and disconnect waterline from distribution system.
d. Furnish and install grout in existing water lines.
e. Any other items required to complete this item in accordance with these Contract
Documents that are not measured and paid for under another bid item.
LL. Bid Item D-1—Unanticipated Utility Allowance:
See Section 0123 10 Alternates and Allowance.
Measurement and Basis for Payment 01 29 01-14
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
MM.Bid Item D-2—Unanticipated Disposal of Contaminated Soil:
See Section 0123 10 Alternates and Allowance.
NN. Bid Item D-3—Unanticipated Disposal of Groundwater.
See Section 0123 10 Alternates and Allowance.
Other Bid Items
1. The basis of measurement and payment for other Bid Items shall be as described in the
applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID
FORM.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Measurement and Basis for Payment 01 29 01-15
State Highway 286 Waterline Replacement—Project No:20101 Rev 5/2020
0133 01 Submittal Register
Specification Paragraph
Types of Submittals Required
Section
Specification Description No. Product Sample or Operations
Information Mockup Data
025223 Crushed Limestone Flexible Base
026206 Ductile Iron pipe and Fittings
026210 Polyvinyl Chloride Pipe(Awwa C900 and C905
Pressure Pipe for Municipal Water Mains and
Wastewater Force Mains)
026404 Water Service Lines
026411 Gate Valves for Waterlines
026416 Fire Hydrants
027205 Fiberglass Manholes
030020 Portland Cement Concrete
02341 Guided Boring and Casing(Pilot Tube Method)
02449 Installation of Utilities by Horizontal Directional
Drilling
02512 Fusible Polyvinyl Chloride Pipe
15104 Gate Valves for Waterlines
15108 Combination Air Release and Vacuum Valves
15D12 Butterfly Valves Water Service
Submittal Register 01 33 01-1
State Highway 286 Waterline Replacement-Project No:20101 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. The phasing and construction time noted below is required to move the contractor out
of the TxDOT right-of-way as quickly as possible. We are proposing that Phases 1 and 2
be conducted at the same time to accomplish this task. We are also proposing to
construct Phases 4 and 5 at the same time to reduce the overall construction time.
2. The Contractor can submit a modified phasing for consideration prior to commencing the
work. The phasing must meet the proposed timeline.
B. Work shall be completed within the specified time for these items: (See Also Sheet 4 for
Proposed Location of the proposed Phases).
Description Time
Phase 1—SH286 Crossings and Phase 2—FM 43 Weber
Street(STA 0+00 to STA 51+68) 65 Days
Phase 3—SH 286 South (STA 1+07 to STA 139+43) 165 Days
TOTAL Contract Time for Phases 1 through 3 230 Days
Phase 4—SH 286 North (STA 0+57 to STA 29+21) and
Phase 5—FM 2444 Staples Street(STA 1+78 to STA 61+16) 80 Days
Clean-up and Project Close Out 10 Days
TOTAL Contract Time (see Note 1) 320 Days(see Note 1)
Notes:
1.) Time determined by overlapping phases which
may require multiple crews.
C. The contractor will generally conduct the following work in each phase/segment:
1. Phase 1-SH286 Lateral and 16-inch Line Crossings.
a. Construct 12-inch laterals and 16-inch mains across TxDOT ROW up to proposed
connection points. This work must be completed in the allotted time so that the
contractor is out of the way of TxDOT's contractor working within the SH 286 right-
of-way.
b. There are 4 crossings of SH 284 in Phase 1 and each crossing must be cased, with a
steel casing. The design requires the contractor to install the cased segment under
the existing right-of-way using auger boring and the segment under the new right-
of-way by open trenching.
C. Once the crossings are complete the pipe will be capped until the pressure testing
is carried out in Phase 3.
Special Procedures 01 35 00- 1
State Highway 286 Waterline Replacement—Project No:20101 Rev 10/2018
2. Phase 2- FM 43 Weber Street (STA 0+00 to STA 51+68)
a. Pothole at the location of the connection to the 48-inch transmission main to
determine the configuration and condition of the existing 24-inch butterfly valve.
Provide this information to the city for their use in evaluating the proposed
connection.This operation is to be carried out at the beginning of Phase 2 to avoid
any down time.
b. Construct 16-inch water line from Station 0+00 to Station 51+68.This work must be
completed in the allotted time so that the contractor is out of the way of TxDOT's
contractor working within the SH 286 right-of-way.
c. The new waterline will be filled using the existing fire hydrant at CR 43 (Station
91+59)
d. Pressure test and pull bacteriological samples. The TCEQ requires that the waterline
be sampled at 1000-ft intervals. The ARV locations and connections to the main can
to be used to collect the samples for bacteriological analysis.
e. Once the testing is complete and the bacteriological sample has passed, the
contractor will connect the tested 16-inch segment into the existing 48-inch main at
CR 43 and bring up to city pressure.
f. Construct the new fire hydrant at Station 1+50.
g. The contractor will restore to easement and temporary construction easement to
pre construction conditions following the requirement of Technical Specification
02203.
3. Phase 3 -SH 286 South (STA 1+07 to STA 139+43)
a. Construct 16-inch water line from Station 1+07 to Station 139+43. This work must
be completed in the allotted time so that the contractor is out of the way of
TxDOT's contractor working within the SH 286 right-of-way.
b. Construct parallel 8-inch waterline from Station 1+07 to Station 139+43.
c. Construct 12-inch waterline (Lateral B).
d. Construct HDD 16-inch waterline from Station 96+94 to Station 109+04.
e. The new water lines will be filled using the new fire hydrant at FM43/SH 286(Station
1 +50).
f. Pressure test and pull bacteriological sample.The Phase 3 segment is to be fed from
the new fire hydrant constructed at Station 1+50 in Phase 2. The TCEQ requires that
the waterline be sampled at 1000-ft intervals. The ARV locations and connections
to the main are to be used to collect the samples for bacteriological analysis. At this
time the 12-inch lateral and 16-inch main crossings constructed in Phase 1 will also
be pressure tested.
g. Once the testing is complete and the bacteriological samples have passed, the
contractor will connect the tested 16-inch segment up to the Phase 1 and 2
segments and bring up to city pressure.
h. Connect new mains to existing water services to provide service to each residence
along the SH 286 corridor.
Special Procedures 01 35 00-2
State Highway 286 Waterline Replacement—Project No:20101 Rev 10/2018
i. The contractor will restore to easement and temporary construction easement to
pre construction conditions following the requirement of Technical Specification
02203.
4. Phase 4-SH 286 North (STA 0+57 to STA 29+21)
a. Construct 16-inch water line from Station 0+57 to Station 29+21.
b. Construct auger bore across FM 43.
c. The new water line will be filled using the existing fire hydrant at station 29+15.
d. Pressure test and pull bacteriological sample. The TCEQ requires that the waterline
be sampled at 1000-ft intervals. The ARV locations and connections to the main can
to be used to collect the samples for bacteriological analysis.
e. Once the testing is complete and the bacteriological sample has passed, the
contractor will connect the tested 16-inch segment to the existing 16-inch main at
Station 29+21 and bring up to city pressure.
f. Connect Phase 4 to Phase 2 segment at Station 0+57.
g. The contractor will restore to easement and temporary construction easement to
pre construction conditions following the requirement of Technical Specification
02203.
5. Phase 5 - FM 2444 Staples Street (STA 1+78 to STA 61+16)
a. Construct 16-inch water line from Station 1+78 to Station 61+27.
b. Construct auger bore across FM 2444.
c. The new water line will be filled using the existing fire hydrant at Station 61+27.
d. Pressure test and pull bacteriological sample. The TCEQ requires that the waterline
be sampled at 1000-ft intervals. The ARV locations and connections to the main can
to be used to collect the samples for bacteriological analysis.
e. Once the testing is complete and the bacteriological sample has passed, the
contractor will connect the tested 16-inch segment to the existing 12-inch main at
Station 61+16 and bring up to city pressure.
f. Connect to Phase 3 segment at Station 1+88.
g. The contractor will restore to easement and temporary construction easement to
pre construction conditions following the requirement of Technical Specification
02203.
D. Consider the sequences, duration limitations, and governing factors outlined in this Section
to prepare the schedule for the Work.
E. 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,
Special Procedures 01 35 00-3
State Highway 286 Waterline Replacement—Project No:20101 Rev 10/2018
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;
S. Backups for key pieces of equipment and key personnel;
9. Contingency plan that will be used if the original schedule cannot be met; and
C. Submit plan 2 weeks prior to beginning the Work.
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:
Max.Time Liquidated
Critical Operation Out of Hours Operation Damages
Operation can be Shut Down ($ per hour)
48-inch Connection to Distribution
System at CR 43 and FM 43 (Weber 4 hours 8:00 am to 5:00 pm $1,000
Street)
16-inch Connection to Distribution
S 4 hours 8:00 am to 5:00 pm $1,000
System on SH 286 at Station 29+21
16-inch Connection to Distribution
4 hours 8:00 am to 5:00 pm $1,000
System at FM 43 and SH 286
6-inch Connection to Distribution
System at SH 286 and FM 2444 4 hours 8:00 am to 5:00 pm $1,000
(Staples Street)
12-inch Connection to Distribution
System at CR 43 and FM 2444 4 hours 8:00 am to 5:00 pm $1,000
(Staples Street)
Service Connections to 12-inch
Lateral and 16-inch Waterlines 4 hours 8:00 am to 5:00 pm $1,000
(Typical)
B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations.
Special Procedures 01 35 00-4
State Highway 286 Waterline Replacement—Project No:20101 Rev 10/2018
C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's
normal operations have been restored.
D. Provide additional manpower and equipment as required to complete the Work affecting
critical operations within the allotted time.
E. Liquidated damages will be assessed if Work on critical operations is not completed within
the time indicated.
1. These items are critical to the operation of the existing distribution system.
2. Loss of operation of the existing distribution system can subject the Owner to loss of
revenue, additional operations cost, and fines from regulatory agencies.
3. Liquidated damages have been established for each critical operation.
F. Designated Critical Operations are described in more detail as follows:
1. Critical Operation 1 — 48-inch Connection to Distribution System at CR 43 and FM 43
(Weber Street):
Once the new 16-inch waterline has been pressure tested and disinfected the Contractor
will request that the 24-inch valve on the 48-inch x 24" cross be closed. Once the City
notifies the Contractor that the valve is closed the Contractor will remove the cap and
make the connection to the distribution system. As noted in section 2a. above the
Contractor will pothole excavate and test the existing valve at the beginning of phase 2
to avoid any down time.
2. Critical Operation 2 — 16-inch Connection to Distribution System on SH 286 at Station
29+21:
Once the new 16-inch waterline has been pressure tested and disinfected the Contractor
will request that the valve isolating the existing 16-inch waterline be opened/closed.
Once the City notifies the Contractor that the valve is closed the Contractor make the
connection to the distribution system.
3. Critical Operation 3—16-inch Connection to Distribution System at FM 43 and SH 286:
Once the new 16-inch waterline has been pressure tested and disinfected the Contractor
will request that the valve isolating the existing 16-inch waterline be closed. Once the
City notifies the Contractor that the valve is closed the Contractor make the connection
to the distribution system.
4. Critical Operation 4— 6-inch Connection to Distribution System at SH 286 and FM 2444
(Staples Street):
Once the new 16-inch waterline has been pressure tested and disinfected the Contractor
will request that the valve isolating the subject 6" lateral waterline be closed. Once the
City notifies the Contractor that the valve is closed the Contractor will make the
connection to the distribution system using a transition coupling.
5. Critical Operation 5 — 8-inch Connection to Distribution System at CR 43 and FM 2444
(Staples Street)
Once the new 16-inch waterline has been pressure tested and disinfected the Contractor
will install a 8-inch tee, 8"x16" reducer and 16-inch gate valve. Once the tap is complete
the Contractor will connect the 16-inch waterline to the distribution system.
Special Procedures 01 35 00-5
State Highway 286 Waterline Replacement—Project No:20101 Rev 10/2018
6. Critical Operation 6—Service Connections to 12-inch Lateral Waterlines(Typical):
Once the new 12-inch lateral waterlines have been pressure tested and disinfected the
Contractor will request that the valve isolating the subject 12" lateral waterline be closed.
Once the City notifies the Contractor that the valve is closed the Contractor will connect
each water service to the distribution system.
1.04 OWNER ASSISTANCE
A. The Owner will assist the Contractor in draining the existing pipelines as much as possible
through existing blow-off valves. The Contractor will be responsible for providing dewatering
pumps, etc. required to completely dewater the facilities and handle any leakage past closed
valves, gates or adjacent structures.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Special Procedures 01 35 00-6
State Highway 286 Waterline Replacement—Project No:20101 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 01 50 00- 1
State Highway 286 Waterline Replacement—Project No:20101 Rev 8/2019
3. Prevent freezing of pipes,flooding, or the contamination of water.
4. Maintain Site security and protection of the facilities.
1.05 OPTIONS
A. Construction offices may be prefabricated buildings on skids or mobile trailers.
B. Storage sheds may be prefabricated buildings on skids or truck trailers.
2.00 PRODUCTS
2.01 TEMPORARY FIELD OFFICES—FIELD OFFICE NOT REQUIRED
A. The Contractor must furnish the OPT with a field office at the Site. The field office must
contain at least 120 square feet of useable space. The field office must be air-conditioned
and heated and must be furnished with an inclined table that measures at least 30 inches
by 60 inches and two chairs. The Contractor shall move the field office on the Site as
required by the OAR. There is no separate pay item for the field office.
B. Furnish a field office of adequate size for Contractor's use. Provide conference room space
for a minimum of 10 people.
C. Other trades may provide their own offices only when space is available at the Site, and the
OPT agrees to its size, condition, and location.
D. No monthly partial payments will be processed until OPT's field office facilities are
completed and approved.
2.02 TEMPORARY STORAGE BUILDINGS
A. Furnish storage buildings of adequate size to store any materials or equipment delivered to
the Site that might be affected by weather.
2.03 TEMPORARY SANITARY FACILITIES
A. Provide sanitary facilities at the Site from the commencement of the Project until Project
conclusion. Maintain these facilities in a clean and sanitary condition at all times, and
comply with the requirements of the local health authority. On large sites, provide
portable toilets at such locations that no point in the Site shall be more than 600 feet from
a toilet.
B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied
buildings.
2.04 TEMPORARY HEAT
A. Provide heating devices needed to protect buildings during construction. Provide fuel
needed to operate the heating devices and attend the heating devices at all times they are
in operation, including overnight operations.
Temporary Facilities and Controls 01 50 00-2
State Highway 286 Waterline Replacement—Project No:20101 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—NOT APPLICABLE
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 01 50 00-3
State Highway 286 Waterline Replacement—Project No:20101 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 01 50 00-4
State Highway 286 Waterline Replacement—Project No:20101 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 01 57 00- 1
State Highway 286 Waterline Replacement—Project No:20101 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.
Temporary Controls 01 57 00-2
State Highway 286 Waterline Replacement—Project No:20101 Rev 8/2019
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
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.
Temporary Controls 01 57 00-3
State Highway 286 Waterline Replacement—Project No:20101 Rev 8/2019
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
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.
Temporary Controls 01 57 00-4
State Highway 286 Waterline Replacement—Project No:20101 Rev 8/2019
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.
C. An alternative to sheet flow is to pump storm water to an area where ponding occurs
naturally without leaving the designated work area or by a manmade berm(s) prior to
entering the storm water system. Sheet flow and ponding is to allow solids screening and/or
settling prior to entering a storm water conduit or inlet.
D. Storm water or groundwater shall not be discharged to private property without permission.
It is the intent that Contractor discharges groundwater primarily into the existing storm
water system, provided that the quality of groundwater is equal to or better than the
receiving stream,the Oso Creek.
E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's
expense, prior to commencing discharge and shall be retested by the Contractor, at the
Contractor's expense, a minimum of once a week. Contractor shall coordinate with the
Owner on all testing. Tests will also be performed as each new area of construction is started.
F. Another option for disposal of groundwater by Contractor would include pumping to the
nearest wastewater system. If discharging to temporary holding tanks and trucking to a
wastewater or wastewater plant, the costs for these operations shall be negotiated. Other
groundwater disposal alternatives or solutions may be approved by the Designer on a case
by case basis.
G. Prior to pumping groundwater from a trench to the wastewater system the Contractor shall
contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit
from the Owner's Waste Water Department. Contractor will pay for any water quality testing
or water analysis cost required. The permit will require an estimate of groundwater flow.
Groundwater flow can be estimated by boring a hole or excavating a short trench then record
water level shortly after completion, allow to sit overnight, record water level again, pump
hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to
original level and overnight level.
1.12 DISPOSAL OF CONTAMINATED GROUNDWATER
A. An allowance will be included in the Bid for the unanticipated disposal of contaminated
groundwater. This allowance may not be needed but is provided in case contaminated
groundwater is encountered during the course of the Project and does not meet the water
quality requirements for discharge into the storm water or wastewater systems. This
allowance includes all materials, tools, equipment, labor, transportation, hauling,
coordination, and proper disposal of the contaminated water at an approved landfill, deep
water injection well, or other site as agreed to by the Designer. Suggested disposal facilities
would be US Ecology(USET)in Robstown,Texas or Texas Molecular in Corpus Christi,Texas.
B. The payment for this Work will be based on the Contractor's actual costs and will be
negotiated. Payment will not include costs associated with routine dewatering, which is
considered subsidiary to the appropriate bid items as described in Paragraph 1.11.
Temporary Controls 01 57 00-5
State Highway 286 Waterline Replacement—Project No:20101 Rev 8/2019
1.13 DISPOSAL OF HIGHLY CHLORINATED WATER
A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's
requirements and Laws and Regulation regarding the disposal of contaminated water,
including water with levels of chlorine,which exceed the permissible limits for discharge into
wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory
agencies in the disposal of all water used in the Project. Include a description and details for
disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do
not use the Owner's wastewater system for disposal of contaminated water.
1.14 WINDSTORM CERTIFICATION
A. All affected materials and installation shall comply with Texas Department of Insurance
Requirements for windstorm resistant construction for design wind speed as required by the
current version of the International Building Code (IBC). When applicable, Contractor shall
be responsible for contracting with a licensed structural engineer in the State of Texas to
perform all inspections and provide documentation for windstorm certification to the Texas
Board of Insurance. The Contractor shall be responsible for providing all necessary
design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm
engineer/inspectors required to conform with the requirements of the Texas Department of
Insurance.
2.00 PRODUCTS
2.01 MATERIALS
A. Provide materials that comply with Laws and Regulations.
3.00 EXECUTION
3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS
A. Construct temporary controls in accordance with Laws and Regulations.
B. Maintain controls in accordance with regulatory requirements where applicable, or in
accordance with the requirements of the Contract Documents.
C. Remove temporary controls when no longer required, but before the Project is complete.
Correct any damage or pollution that occurs as the result of removing controls while they are
still required.
END OF SECTION
Temporary Controls 01 57 00-6
State Highway 286 Waterline Replacement—Project No:20101 Rev 8/2019
STANDARD SPECIFICATIONS
Mc AM10
1852
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
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
SECTION 021080
REMOVING ABANDONED STRUCTURES
1. DESCRIPTION
This specification shall provide for the demolition,removal and disposal of abandoned structures or
portions of abandoned structures, as noted on the drawings, and shall include all excavation and
backfilling necessary to complete the removal. The work shall be done in accordance with the
provisions of these specifications.
2. METHOD OF REMOVAL
Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in
such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included
for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer
may be removed in any manner the Contractor may select.
Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be
removed to the lines and dimensions shown on the drawings, and these materials shall be disposed
of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure
outside of the limits designated for removal which is damaged by the Contractor's operations shall
be restored to its original condition at the Contractor's entire expense. Explosives shall not be used
in the removal of portions of the existing structure unless approved by the Engineer, in writing.
Portions of the abandoned structure shall be removed to the lines and dimensions shown on the
plans, and these materials shall be disposed of as shown on the drawings or as directed by the
Engineer. Any portion of the existing structure, outside of the limits designated for removal,
damaged during the operations of the Contractor, shall be restored to its original condition entirely
at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing
structure unless approved by the Engineer,in writing.
Concrete portions of structures below the permanent ground line, which will not interfere in any
manner with the proposed construction, may be left in place, but removal shall be carried at least
five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut
off close to the concrete.
Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as
determined by the Engineer. The sections shall be stored if the members are to be salvaged and
reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel
stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or
drilling from the hole, or by such other method that will not injure the members for re-use and will
meet the approval of the Engineer. The removal of rivets and bolts from connections of truss
021080
Page 1 of 3
Rev.10-30-2014
members, bracing members, and other similar members in the structure will not be required unless
specifically called for on the plans or special provisions, and the Contractor shall have the option of
dismantling these members by flame-cutting the members immediately adjacent to the connections.
Flame-cutting will not be permitted, however, when the plans or special provisions call for the
structure unit to be salvaged in such manner as to permit re-erection. In such case, all members
shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer
prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner
specified in the first portion of this paragraph.
Timber Structures. Timber structures or timber portions of structures to be reused shall be removed
in such manner as to damage the timber for further use as little as possible. All bolts and nails shall
be removed from such lumber as deemed salvable by the Engineer.
Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point
not less than five (5) feet below ground line, with the choice between these two methods resting
with the Contractor,unless otherwise specified.
Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall
be removed. Portions of such structures below the permanent ground line, which will not in any
manner interfere with the proposed construction, may be left in place, but removal shall be carried
at least five (5) feet below the permanent ground line and neatly squared off.
Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for
reuse, and all salvaged structural steel, shall be delivered to a designated storage area.
Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become
the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way
arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer.
Where temporary structures are necessary for a detour adjacent to the present structure, the
Contractor will be permitted to use the material in the old structure for the detour structure, but he
shall dismantle and stack or dispose of the material as required above as soon as the new structure
is opened for traffic.
Backfill. All excavations made in connection with this specification and all openings below the
natural ground line caused by the removal of abandoned structures or portions thereof shall be
backfilled to the level of the original ground line, unless otherwise provided on the drawings.
Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill
for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures
shall be filled or plugged as specified.
That portion of the backfill which will support any portion of the roadbed, embankment, levee, or
other structural feature shall be placed in layers of the same depth as those required for placing
021080
Page 2 of 3
Rev.10-30-2014
embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be
wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor
density, unless otherwise specified. In places inaccessible to blading and rolling equipment,
mechanical or hand tamps or rammers shall be used to obtain the required compaction.
That portion of the backfill which will not support any portion of the roadbed, embankment, or
other structural feature shall be placed as directed by the Engineer in such manner and to such state
of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to
minimum 95% Standard Proctor density unless otherwise specified.
3. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, the work governed by this specification shall not be
measured for pay,but shall be subsidiary to the project.
021080
Page 3 of 3
Rev.10-30-2014
SECTION 022020
EXCAVATION AND BACKFILL FOR UTILITIES
1. DESCRIPTION
This specification shall govern all work for excavation and backfill for utilities required to complete
the project.
2. CONSTRUCTION
(1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and
conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be
sheathed and braced as necessary throughout the construction period. Sheathing and bracing
shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for
Excavations" of the City Standard Specifications).
Trenches shall have a maximum width of one foot beyond the horizontal projection of the
outside surfaces of the pipe and parallel thereto on each side unless otherwise specified.
The Contractor shall not have more than 200 feet of open trench left behind the trenching
operation and no more than 500 feet of ditch behind the ditching machine that is not
compacted as required by the plans and specifications. No trench or excavation shall remain
open after working hours.
For all utility conduit and sewer pipe to be constructed in fill above natural ground, the
embankment shall first be constructed to an elevation not less than one foot above the top of
the pipe or conduit, after which excavation for the pipe or conduit shall be made.
If quicksand, muck, or similar unstable material is encountered during the excavation, the
following procedure shall be used unless other methods are called for on the drawings. If the
unstable condition is a result of ground water,the Contractor,prior to additional excavation,
shall control it. After stable conditions have been achieved,unstable soil shall be removed or
stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height;and
to a depth equal to the height of pipe, 6 inches minimum,for pipes less then 2 feet in height.
Such excavation shall be carried at least one foot beyond the horizontal limits of the structure
on all sides. All unstable soil so removed shall be replaced with suitable stable material,
placed in uniform layers of suitable depth as directed by the Engineer,and each layer shall be
wetted, if necessary, and compacted by mechanical tamping as required to provide a stable
condition. For unstable trench conditions requiring outside forms, seals, sheathing and
bracing, any additional excavation and backfill required shall be done at the Contractor's
expense.
(2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient
to accommodate the class of bedding indicated on the plans and specifications.
022020
Page 1 of 4
Rev.3-25-2015
(3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the
presence of water. All water shall be removed from the trench sufficiently prior to the pipe
or conduit planing operation to insure a relatively dry (no standing water), firm bed. The
trench shall be maintained in such dewatered condition until the trench has been backfilled to
a height at lease one foot above the top of pipe. Removal of water may be accomplished by
bailing,pumping, or by installation of well-points,as conditions warrant. Removal of well-
points shall be at rate of 1/3 per 24 hours (every third well-point). The Contractor shall
prevent groundwater from trench or excavation dewatering operations from discharging
directly into the storm water system. Groundwater from dewatering operations shall be
sampled and tested, if applicable, and disposed of, in accordance with City Standard
Specification Section 022021 "Control of Ground Water".
(4) Excavation in Streets. Excavation in streets,together with the maintenance of traffic where
specified, and the restoration of the pavement riding surface, shall be in accordance with
drawing detail or as required by other applicable specifications.
(5) Removing Abandoned Structures. When abandoned masonry structures or foundations are
encountered in the excavation, such obstructions shall be removed for the full width of the
trench and to a depth one foot below the bottom of the trench. When abandoned inlets or
manholes are encountered and no plan provision is made for adjustment or connection to the
new utility,such manholes and inlets shall be removed completely to a depth one foot below
the bottom of the trench. In each instance,the bottom to the trench shall be restored to grade
by backfilling and compacting by the methods provided hereinafter for backfill. Where the
trench cuts through utility lines which are known to be abandoned, these lines shall be cut
flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to
the Engineer.
(6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable
minimum of disturbance to existing utilities will result. Particular care shall be exercised to
avoid the cutting or breakage of water and gas lines. Such lines,if broken, shall be restored
promptly by the Contractor. When active wastewater lines are cut in the trenching
operations, temporary flumes shall be provided across the trench while open, and the lines
shall be restored when the backfilling has progressed to the original bedding line of the sewer
so cut.
The Contractor shall inform utility owners sufficiently in advance of the Contractor's
operations to enable such utility owners to reroute, provide temporary detours, or to make
other adjustments to utility lines in order that the Contractor may proceed with his work with
a minimum of delay. The Contractor shall not hold the City liable for any expense due to
delay or additional work because of utility adjustments or conflicts.
(7) Excess Excavated Material. All materials from excavation not required for backfilling the
trench shall be removed by the Contractor from the job site promptly following the
completion of work involved.
022020
Page 2 of 4
Rev.3-25-2015
(8) Backfill
A. Backfill Procedure Around Pipe (Initial Backfill)
All trenches and excavation shall be backfilled as soon as is practical after the pipes or
conduits are properly laid. In addition to the specified pipe bedding material, the backfill
around the pipe as applicable shall be granular material as shown on the standard details or as
described in the applicable specification section, and shall be free of large hard lumps or
other debris. If indicated on the plans, pipe shall be encased with cement-stabilized sand
backfill as described below. The backfill shall be deposited in the trench simultaneously on
both sides of the pipe for the full width of the trench,in layers not to exceed ten(10)inches
(loose measurement), wetted if required to obtain proper compaction, and thoroughly
compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed
soil or as otherwise specified on the plans,but not less than 95%Standard Proctor density. A
thoroughly compacted material shall be in place between the external wall of the pipe and the
undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe.
B. Backfill Over One Foot Above Pipe (Final Backfill)
UNPAVED AREAS: The backfill for that portion of trench over one(1)foot above the pipe
or conduit not located under pavements (including waterlines, gravity wastewater lines,
wastewater force mains and reinforced concrete storm water pipe) shall be imported select
material or clean, excess material from the excavation meeting the following requirements:
Free of hard lumps, rock fragments, or other debris,
No clay lumps greater than 2" diameter
Moisture Content: +/-3%
Backfill material shall be placed in layers not more than ten (10) inches in depth (loose
measurement),wetted if required to obtain proper compaction,and thoroughly compacted by
use of mechanical tampers to the natural bank density but not less than 95%Standard Proctor
density,unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill
may only be allowed in sandy soils and in soils otherwise approved by the Engineer.
Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less
than 95% Standard Proctor density. A period of not less than twenty-four (24)hours shall
elapse between the time of jetting and the placing of the top four (4) feet of backfill. If
jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10
inches in depth (loose measurement), wetted if required to obtain proper compaction, and
thoroughly compacted by use of mechanical tampers to the natural bank density but not less
than 95% Standard Proctor density(ASTM D698).
PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity
wastewater lines, wastewater force mains, and reinforced concrete stone water pipe), and
where otherwise indicated on the drawings, trenches shall be backfilled as shown below:
From top of initial backfill (typically twelve (12) inches above top of the pipe)to three
(3) feet below bottom of road base course, backfill shall be select material meeting the
requirements of 022100 "Select Material".
022020
Page 3 of 4
Rev.3-25-2015
Asphalt Roadway
The upper three (3) feet of trench below the road base course shall be backfilled to the
bottom of the road base course with cement-stabilized sand containing a minimum of 2
sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not
less than 95% Standard Proctor density.
Concrete Roadways
The Contractor may elect to backfill the upper three (3) feet of trench below the road
base course with cement stabilized sand as noted above, or in the case of storm water
pipe or box installation the Contractor may backfill and compact select material to 98%
Standard Proctor density(ASTM D698) following City Standard Specification Section
022100.
3. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select
material or cement-stabilized sand backfill, shall not be measured and paid for separately. It shall be
considered subsidiary to the items for which the excavation and backfill is required.
022020
Page 4 of 4
Rev.3-25-2015
SECTION 022021
CONTROL OF GROUND WATER
1. GENERAL
1.1 SECTION INCLUDES
A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural
excavations, and foundation beds in a stable condition, and controlling ground water conditions
for tunnel excavations.
B. Protection of excavations and trenches from surface runoff.
C. Disposing of removed ground water by approved methods.
1.2 REFERENCES
A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate
Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch (304.8 mm) Drop.
B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health
Administration (OSHA).
C. Federal Register 40 CFR (Vol. 55,No. 222)Part 122, EPA Administered Permit Programs
(NPDES), Para.122.26(b)(14) Storm Water Discharge.
1.3 DEFINITIONS
A. Ground water control includes both dewatering and depressurization of water-bearing soil
layers.
1. Dewatering includes lowering the water table and intercepting seepage which would
otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and
disposing of removed ground water by approved methods. The intent of dewatering is to
increase the stability of tunnel excavations and excavated slopes; prevent dislocation of
material from slopes or bottoms of excavations; reduce lateral loads on sheeting and
bracing; improve excavating and hauling characteristics of excavated material; prevent
failure or heaving of the bottom of excavations; and to provide suitable conditions for
placement of backfill materials and construction of structures,piping and other
installations.
2. Depressurization includes reduction in piezometric pressure within strata not controlled by
dewatering alone, as required to prevent failure or heaving of excavation bottom or
instability of tunnel excavations.
B. Excavation drainage includes keeping excavations free of surface and seepage water.
022021
Page 1 of 10
Rev.10-30-2014
C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of
temporary culverts and sump pumps with discharge lines as required to protect the Work from
any source of surface water.
D. Equipment and instrumentation for monitoring and control of the ground water control system
includes piezometers and monitoring wells, and devices, such as flow meters, for observing and
recording flow rates.
1.4 PERFORMANCE REQUIREMENTS
A. Conduct subsurface investigations as needed to identify ground water conditions and to provide
parameters for design, installation, and operation of ground water control systems.
B. Design a ground water control system, compatible with requirements of Federal Regulations 29
CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for
Excavations, to produce the following results:
1. Effectively reduce the hydrostatic pressure affecting:
a) Excavations (including utility trenches);
b) Tunnel excavation, face stability or seepage into tunnels.
2. Develop a substantially dry and stable subgrade for subsequent construction operations.
3. Preclude damage to adjacent properties,buildings, structures, utilities, installed facilities,
and other work.
4. Prevent the loss of fines, seepage,boils, quick condition, or softening of the foundation
strata.
5. Maintain stability of sides and bottom of excavations.
C. Provide ground water control systems which may include single-stage or multiple-stage well
point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment
types.
D. Provide drainage of seepage water and surface water, as well as water from any other source
entering the excavation. Excavation drainage may include placement of drainage materials,
such as crushed stone and filter fabric, together with sump pumping.
E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water
away from excavations.
F. Locate ground water control and drainage systems so as not to interfere with utilities,
construction operations, adjacent properties, or adjacent water wells.
022021
Page 2 of 10
Rev.10-30-2014
G. Assume sole responsibility for ground water control systems and for any loss or damage
resulting from partial or complete failure of protective measures, and any settlement or resultant
damage caused by the ground water control operations. Modify ground water control systems or
operations if they cause or threaten to cause damage to new construction, existing site
improvements, adjacent property, or adjacent water wells, or affect potentially contaminated
areas. Repair damage caused by ground water control systems or resulting from failure of the
system to protect property as required.
H. Provide an adequate number of piezometers installed at the proper locations and depths as
required to provide meaningful observations of the conditions affecting the excavation, adjacent
structures, and water wells.
I. Provide environmental monitoring wells installed at the proper locations and depths as required
to provide adequate observations of hydrostatic conditions and possible contaminant transport
from contamination sources into the work area or into the ground water control system.
J. Decommission piezometers and monitoring wells installed during design phase studies and left
for Contractors monitoring and use, if applicable.
1.5 ENVIRONMENTAL REQUIREMENTS
A. Comply with requirements of agencies having jurisdiction.
B. Comply with Texas Commission on Environmental Quality(TCEQ)regulations and Texas
Water Well Drillers Association for development, drilling, and abandonment of wells used in
dewatering system.
C. Prior to beginning construction activities, file Notice of Intent(NOI) for Storm Water
Discharges Associated with Construction Activity under the Texas Pollutant Elimination
System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on
Environmental Quality(TCEQ). The general permit falls under the provisions of Section 402 of
the Clean Water Act and Chapter 26 of the Texas Water Code.
D. Prepare submittal form and submit to TCEQ along with application fee.
E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water
Discharges Associated with Construction Activity under the TPDES General Permit with the
TCEQ.
F. Obtain all necessary permits from agencies with control over the use of ground water and
matters affecting well installation, water discharge, and use of existing stone drains and natural
water sources. Because the review and pennitting process may be lengthy, take early action to
pursue and submit for the required approvals.
G. Monitor ground water discharge for contamination while performing pumping in the vicinity of
potentially contaminated sites.
022021
Page 3 of 10
Rev.10-30-2014
H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3
below.
2. PRODUCTS
2.1 EQUIPMENT AND MATERIALS
A. Equipment and materials are at the option of Contractor as necessary to achieve desired results
for dewatering.
B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an
experienced contractor regularly engaged in ground water control system design, installation,
and operation.
C. All equipment must be in good repair and operating order.
D. Sufficient standby equipment and materials shall be kept available to ensure continuous
operation, where required.
3. EXECUTION
3.1 GROUND WATER CONTROL
A. Perform a subsurface investigation by borings as necessary to identify water bearing layers,
piezometric pressures, and soil parameters for design and installation of ground water control
systems. Perform pump tests, if necessary to determine the drawdown characteristics of the
water bearing layers.
B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground
water in a manner compatible with construction methods and site conditions. Monitor
effectiveness of the installed system and its effect on adjacent property.
C. Install, operate, and maintain ground water control systems in accordance with the ground water
control system design. Notify the City's Construction Inspector in writing of any changes made
to accommodate field conditions and changes to the Work. Revise the ground water control
system design to reflect field changes.
D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for
appropriate backup if electrical power is primary energy source for dewatering system.
E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate
required to maintain a dry excavation resulting in a stable subgrade for prosecution of
subsequent operations.
F. Where hydrostatic pressures in confined water bearing layers exist below excavation,
depressurize those zones to eliminate risk of uplift or other instability of excavation or installed
022021
Page 4 of 10
Rev.10-30-2014
works. Allowable piezometric elevations shall be defined in the ground water control system
design.
G. Remove ground water control installations.
I. Remove pumping system components and piping when ground water control is no longer
required.
2. Remove piezometers and monitoring wells when directed by the City Engineer.
3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement-
bentonite grout or cement-sand grout.
H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet
below prevailing level of backfill. However, do not allow that water level to result in uplift
pressures in excess of 80 percent of downward pressure produced by weight of structure or
backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48
hour after placement.
I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe
drain when it has served its purpose. If removal of pipe is impractical, provide grout
connections at 50-foot intervals and fill pipe with cement-bentonite grout or cement-sand grout
when pipe is removed from service.
J. Extent of construction ground water control for structures with a permanent perforated
underground drainage system may be reduced, such as for units designed to withstand
hydrostatic uplift pressure. Provide a means for draining the affected portion of underground
system, including standby equipment. Maintain drainage system during operations and remove
it when no longer required.
K. Remove system upon completion of construction or when dewatering and control of surface or
ground water is no longer required.
L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry
density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact
backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with
ASTM D 698.
3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS
A. For above ground piping in ground water control system, include a 12-inch minimum length of
clear, transparent piping between every eductor well or well point and discharge header so that
discharge from each installation can be visually monitored.
B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in
water bearing materials are pre-drained prior to excavation. Provide separate piezometers for
022021
Page 5 of 10
Rev.10-30-2014
monitoring of dewatering and for monitoring of depressurization. Install piezometers and
monitoring wells for tunneling as appropriate for Contractor's selected method of work.
C. Install piezometers or monitoring wells not less than one week in advance of beginning the
associated excavation (including trenching).
D. Dewatering may be omitted for portions of underdrains or other excavations,but only where
auger borings and piezometers or monitoring wells show that soil is pre-drained by an existing
system such that the criteria of the ground water control system design are satisfied.
E. Replace installations that produce noticeable amounts of sediments after development.
F. Provide additional ground water control installations, or change the methods, in the event that
the installations according to the ground water control system design do not provide satisfactory
results based on the performance criteria defined by the ground water control system design and
by these specifications.
3.3 EXCAVATION DRAINAGE
A. Contractor may use excavation drainage methods if necessary to achieve well drained
conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric,
and sump pumping in combination with sufficient wells for ground water control to maintain
stable excavation and backfill conditions.
3.4 MAINTENANCE AND OBSERVATION
A. Conduct daily maintenance and observation of piezometers or monitoring wells while the
ground water control installations or excavation drainage are operating in an area or seepage
into tunnel is occurring. Keep system in good condition.
B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells
as necessary to meet observation schedule.
C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as
necessary to perform observation as excavation proceeds. Continue to maintain and make
observations, as specified.
D. Remove and grout piezometers inside or outside the excavation area when ground water control
operations are complete. Remove and grout monitoring wells when directed by the City
Engineer.
3.5 MONITORING AND RECORDING
A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or
eductor header used in dewatering system. Also monitor and record water level and ground
water recovery. These records shall be obtained daily until steady conditions are achieved, and
twice weekly thereafter.
022021
Page 6 of 10
Rev.10-30-2014
B. Observe and record elevation of water level daily as long as ground water control system is in
operation, and weekly thereafter until the Work is completed or piezometers or wells are
removed, except when City Engineer determines that more frequent monitoring and recording
are required. Comply with Construction Inspector's direction for increased monitoring and
recording and take measures as necessary to ensure effective dewatering for intended purpose.
3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER
A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water
system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater
is uncontaminated and the quality of the ground water is equal to or better than the quality of the
receiving stream.
B. The Contractor shall prevent ground water from trench or excavation dewatering operations
from discharging directly into the storm water system prior to testing and authorization. Ground
water from dewatering operations shall be sampled and tested, and disposed of by approved
methods.
C. Laboratory analysis of groundwater and receiving water quality is to be performed by the
Contractor at the Contractor's expense, prior to commencing discharge, and groundwater
analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall
coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis
of groundwater shall also be performed at each new area of construction prior to discharge from
that location.
D. Sample containers, holding times,preservation methods, and analytical methods, shall either
follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of"Standard
Methods for the Examination of Water and Wastewater." Any laboratory providing analysis
must be accredited or certified by the Texas Commission on Environmental Quality according
to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices,methods, and
parameters of analysis, if available, or be exempt according to 30 TAC §25.6.
E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of
the first natural body of receiving water. This requires testing of both the receiving water and a
sample of the ground water. All parts of this procedure shall be complete prior to any discharge
of ground water to the storm water system.
F. Steps to Determine Legitimate Discharge:
1. Identify the First Receiving Water.
a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the
analysis typically fails because the local ground water will likely be too high in Total
Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out
fairly fresh, but local experience shows this to be unlikely.
b) If the receiving water is a marine environment,proceed with Step 2 below to compare
the ground water quality to receiving water quality.
022021
Page 7 of 10
Rev.10-30-2014
2. Compare Ground Water Discharge Quality to Receiving Water Quality.
The following table, Ground Water Discharge Limits, indicates that the parameters to
compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended
Solids (TSS). If the ground water results are equal to or better than the receiving water,
then the discharge may be authorized as long as the discharge does not exceed the other
parameters which would indicate hydrocarbon contamination. Note that the receiving
water only needs to be tested initially as a baseline and the ground water shall be tested
weekly to ensure compliance.
GROUND WATER DISCHARGE LIMITS
Ground Receiving
Water Water
Monitoring Monitoring Maximum
Parameter Frequency Frequency Limitation
Total Dissolved Once Prior to
Solids (TDS) Initial +Weekly Discharge <Receiving Water
Total Suspended Once Prior to
Solids (TSS) Initial +Weekly Discharge <Receiving Water
Total Petroleum
Hydrocarbons Initial +Weekly 15 m /L
Total Lead Initial +Weekly 0.1 m /L
Benzene Initial +Weekly 0.005 m /L
Total BTEX Initial +Weekly 0.1 m /L
Polynuclear
Aromatic
Hydrocarbons Initial+Monthly 0.01 m /L
3. Analyze Ground Water for Hydrocarbon Contamination.
All other parameters listed on the Ground Water Discharge Limits table must be analyzed
prior to ground water discharge to the storm water system. If no limits are exceeded,
ground water discharge to the storm water system may be authorized following notification
to the MS4 operator(City of Corpus Christi) and all Pollution Prevention Measures for the
project are in place. Analytical results shall be on-site or readily available for review by
local, state or federal inspectors. Note that this step is frequently done simultaneously with
Step 2 above to shorten analytical processing time.
4. Pollution Prevention Measures.
A storm water pollution prevention plan or pollution control plan shall be developed and
implemented prior to any ground water discharges to the storm water system. The plan's
objectives are to limit erosion and scour of the storm water system, and minimize Total
Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the
storm water system. Note that ground water discharges must cease immediately upon the
first recognition of contamination, either by sensory or analytical methods. If the discharge
of groundwater results in any damages to the storm water system, the responsible party
022021
Page 8 of 10
Rev.10-30-2014
shall remediate any damage to the storm water system and the environment to the
satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency.
5. MS4 Operator Notification.
The MS4 operator shall be notified prior to ground water discharge to the storm water
system. Contractor shall contact the designated City MS4 representative to request
authorization to discharge ground water to the storm water system.
Notification shall include:
Project Name:
Responsible Party:
Discharge Location:
Receiving Water:
Estimated Time of Discharge:
Linear Project: Yes /No
Pollution Prevention Measures Implemented:
Statement indicating all sampling and testing has been conducted and meets the
requirements of a legitimate discharge.
G. Discharges to Wastewater System
In the event that the groundwater does not equal or exceed the receiving water quality, an
alternative disposal option would include pumping to the nearest sanitary sewer system.
Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If
discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment
plant, the costs for these operations shall be negotiated.
Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a
Wastewater Discharge Permit Application for authorization to discharge to the wastewater
system. Authorization approval will include review of laboratory analysis of the ground water
and estimated flow data. Note that groundwater discharges must cease immediately upon the
first recognition of contamination, either by sensory or analytical methods. If the discharge of
groundwater results in any damages to the wastewater collection system or wastewater
overflows, the responsible party shall remediate any damage to the wastewater collection system
and the environment to the satisfaction of the Wastewater Department and/or any State or
Federal Regulatory Agency.
H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case
by case basis.
3.7 SURFACE WATER CONTROL
A. Intercept surface water and divert it away from excavations through the use of dikes, ditches,
curb walls, pipes, sumps or other approved means.
B. Divert surface water into sumps and pump into drainage channels or storm drains, when
022021
Page 9 of 10
Rev.10-30-2014
approved by the City Engineer. Provide settling basins when required by the City Engineer.
C. Storin water that enters the excavation can be pumped out as long as care is taken to minimize
solids and mud entering the pump suction and flow is pumped to a location that allows for sheet
flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet
flow is to pump storm water to an area where ponding occurs naturally without leaving the
designated work area or by manmade berm(s)prior to entering the storm water system. Sheet
flow and ponding is required to allow solids screening and/or settling prior to entering the storm
water system. Storm water or groundwater shall not be discharged to private property.
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for
separately,but shall be considered subsidiary to other bid items.
022021
Page 10 of 10
Rev.10-30-2014
SECTION 022022
TRENCH SAFETY FOR EXCAVATIONS
1. DESCRIPTION
This specification shall govern all work for providing for worker safety in excavations and
trenching operations required to complete the project.
2. REQUIREMENTS
Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with
Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P -
Excavations.
It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to
determine and monitor the specific applicability of a safety system to the field conditions to be
encountered on the job site during the project.
The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all
damages and costs that may result from failure of methods or equipment used by the Contractor to
provide for worker safety.
Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are
placed regardless of depth.
Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for
worker safety in excavation and trenching operations required during the project.
3. MEASUREMENT AND PAYMENT
Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth.
Measurement shall be taken along the centerline of the trench.
Measurement for Excavation Safety for Utility Structures shall be per each excavation.
Excavations include, but are not limited to, those for manholes, vaults, pits and other such
structures that are incidental to utility work.
Measurement for Excavation Safety for Special Structures shall be per each excavation or by the
lump sum for each special structure identified in the Proposal.
Payment shall be at the unit price bid and shall fully compensate the Contractor for all work,
equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches
and excavations for the project.
Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety.
022022
Page 1 of 1
Rev.10-30-2014
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,
fonned into an equilateral triangle cross-sectional shape with sides measuring 18 inches,
wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around
the dike, with a skirt extending at least 12 inches from its upslope corner.
C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage
due to ultraviolet light and moisture by either wrappers or inside storage.
022420
Page 1 of 2
Rev.10-30-2014
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
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
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
9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS
On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like
or better condition. The shoulder surface shall be rolled to an acceptably stable condition. The
requirements of City Ordinance 030040 as stated above apply also to unimproved streets unless a
specific variance is granted by the Director of Development Services.
10. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form,pavement repair shall be measured by the square yard of
the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and
sidewalk and driveway replacement shall each be measured by the square foot. Payment will be
made at the unit price bid for the completed work and shall be full compensation for all labor,
materials,equipment,tools,and incidentals required to complete the work. No separate measurement
or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill,
cement-stabilized sand backfill, flexible base,prime coat,hot-mix asphaltic concrete, etc.
025205
Page 3 of 4
Rev.11-9-2016
THIS PAGE INTENTIONALLY LEFT BLANK
025205
Page 4 of 4
Rev.11-9-2016
SECTION 025223
CRUSHED LIMESTONE FLEXIBLE BASE
1. DESCRIPTION
This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible
Base required to complete the project.
2. MATERIAL
Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize
quarried aggregate, sized by crushing and produced from a naturally occurring single source,
meeting the requirements for Type `A' material as specified in Texas Department of Transportation
(TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be
acceptable. No blending of sources and/or additive materials will be allowed. The material shall be
free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened
and the oversize shall be crushed and returned to the screened material in such a manner that a
uniform product will be produced which meets all of the physical requirements for Grade 1-2 as
specified in TxDOT Specification Item 247 "Flexible Base".
3. TESTING
The City will engage a laboratory and pay for one test each gradation, liquid limit,plasticity index,
modified proctor, moisture-density relation, CBR, and necessary field densities. The Engineer may
call for additional tests at any time. The cost of all retests, in case of failure to meet specifications,
will be deducted from the Contractor's payment. The City will pay for proctor and soil constants
and abrasion tests at the rate described in the materials testing schedule. If material changes, the
Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive
testing and/or lime admix for small amounts for unimportant uses.
4. CONSTRUCTION METHODS
Prior to placement of flexible base, the surface of the previous underlying course shall be finished
true to line and grade as established, and in conformity with the typical section shown on the
drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately
balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified
in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated.
Flexible base shall be delivered and spread the same day if possible (no later than the next day).
Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in
uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density
requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor
025223
Page 1 of 2
Rev.3-25-2015
(ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM
D698) under concrete pavement and to within ± 2% of optimum moisture. The section may be
accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified
limits, and the failed test is within±1% deviation from specified moisture or density requirements.
The surface of the compacted base, after meeting moisture and density requirements, shall be
primed in accordance with City Standard Specification Section 025412 "Prime Coat".
On completion of compaction and priming, the surface shall be smooth and conform to lines,
grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in
cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening,
adding or removing material,reshaping, and recompacting by repriming and rolling.
Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture
shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due
to any reason or cause, lose the required stability, density, or moisture before it is protected by
placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the
Contractor until acceptable to the City.
5. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by
the square yard complete in place. Payment shall be full compensation for all materials, royalty,
hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion
of work.
Prime shall be measured and paid under separate bid item if specified on the Bid Form.
Geogrid shall be measured and paid under separate bid item if specified on the Bid Form.
025223
Page 2 of 2
Rev.3-25-2015
SECTION 025404
ASPHALTS, OILS AND EMULSIONS
1. DESCRIPTION
This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts,
performance-graded asphalt binders, and other miscellaneous asphaltic materials required to
complete the project.
2. MATERIALS
When tested according to Texas Department of Transportation Test Methods,the various materials
shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and
Emulsions" (Latest Edition).
3. STORAGE, HEATING AND APPLICATION TEMPERATURES
Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the
lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any
agitation requirements in storage and in application and storage temperatures.
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form,asphalts, oils and emulsions shall not be measured and
paid for separately, but shall be considered subsidiary to the appropriate bid item.
025404
Page 1 of 1
Rev.10-30-2014
SECTION 025412
PRIME COAT
1. DESCRIPTION
This specification shall consist of an application of asphalt material on the completed base course
and/or other approved area in accordance with this specification.
Prime Coat shall not be applied when the air temperature is below 60' F and falling, but it may be
applied when the air temperature is above 50'F and is rising; the air temperature being taken in the
shade and away from artificial heat. Asphalt material shall not be placed when general weather
conditions, in the opinion of the Engineer, are not suitable.
2. MATERIALS
The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE-
P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory
methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils
and Emulsions". Blotter material shall be native sand.
3. CONSTRUCTION METHODS
When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat,
the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other
approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with
water just prior to application of the asphalt material. The asphalt material shall be applied on the
clean surface by an approved type of self-propelled pressure distributor so operated as to distribute
the material in the quantity specified, evenly and smoothly under a pressure necessary for proper
distribution. The Contractor shall provide all necessary facilities for determining the temperature of
the asphalt material in all of the heating equipment and in the distributor, for determining the rate at
which it is applied, and for securing uniformity at the junction of two distributor loads.
All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt
material shall be kept clean and in good operating condition at all times, and they shall be operated
in such manner that there will be no contamination of the asphalt material with foreign material. It
shall be the responsibility of the Contractor to provide and maintain in good working order a
recording thermometer at the storage-heating unit at all times. The distributor shall have been
recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such
calibration. After beginning of the work, should the yield on the asphalt material applied appear to
be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before
proceeding with the work.
Prime shall be applied at a temperature within the recommended range per City Standard
025412
Page 1 of 2
Rev.10-30-2014
Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150
degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise
specified.
The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts
the work.
No traffic hauling or placement of any subsequent courses shall be permitted over the freshly
applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic
to use a primed surface.
Allow sufficient time for the prime coat to cure properly before applying surface treatment or
asphaltic concrete pavement.
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt
material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt
material as specified; for furnishing, spreading and removing sand blotter material; for all freight
involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to
complete the work.
025412
Page 2 of 2
Rev.10-30-2014
SECTION 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. Ague ante. The aggregate shall consist of a blend of course aggregate, fine aggregate
and, if required, a mineral filler.
2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a
No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed
gravel.
Deleterious material in course aggregate shall not exceed 2% per TxDOT Test
Method TEX-217-F.
Course aggregate shall be crushed such that a minimum of 85%of the particles have
more than one crushed face, unless noted otherwise on the plans.
Los Angeles abrasion losses for course aggregate shall not exceed 40%by weight for
the surface course and 45%for the binder and base courses per TxDOT Test Method
TEX-410-A.
Polish Value not less than 30 for aggregate used in the surface course per TxDOT
Test Method TEX-438-A.
2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of
uniform quality.
Fine aggregate shall consist of screenings of material that pass the Los Angeles
abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a
maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a
maximum of 10%uncrushed aggregate or field sand for Type A, B, and C mixes.
Grading of fine aggregate shall be as follows:
Sieve Size Percent Passing by Weight
No. 10 100
No. 200 0-15
025424
Page 1 of 8
Rev.3-25-2015
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 Wei
No. 30 95
No. 80 75
No. 200 55
2.2. Reclaimed Asphalt Pavement(RAP). Reclaimed asphalt pavement maybe incorporated
into the hot mix asphalt concrete furnished for the project, provided that the mixture is
designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item
340 and this specification.
2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section
025404 "Asphalt, Oils and Emulsions" and AASHTO.
2.3.1. Paving Mixture:
APPLICATION ASPHALT GRADE
Residential or low volume PG 64-22
Collector
Surface Course PG 70-22
Binder Course PG 64-22
Arterial
Surface Course PG 76-22
Binder Course PG 64-22
Base Courses PG 64-22
2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of
water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard.
3. PAVING MIXTURE
3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14
and TxDOT Test Method TEX-204-F to conform to the requirements of this specification.
The Contractor shall furnish the mix design for the job-mix to be used for the project,unless
shown otherwise on the drawings. The mix design shall be submitted prior to placement of
the mixture.
The design procedures are actually intended to result at a job-mix with properties in
compliance with these specifications,and when properly placed the j ob-mix will be durable
025424
Page 2 of 8
Rev.3-25-2015
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 A rye_ante. The aggregate for the type of mix specified shall be
within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve
Analysis):
Type
Sieve A B C D
Size
Course Fine Course Fine
Base Base Surface Surface
1-1/2" 100
1-1/4" 95-100
1" 100
7/8" 70-90 95-100 100
5/8" 75-95 95-100
1/2" 50-70 100
3/8" 60-80 70-85 85-100
1/4"
No. 4 30-50 40-60 43-63 50-70
No. 10 20-34 27-40 30-40 32-42
No. 40 5-20 10-25 10-25 11-26
No. 80 2-12 3-13 3-13 4-14
No. 200 1-6* 1-6* 1-6* 1-6*
VMA
minimum 11 12 13 14
025424
Page 3 of 8
Rev.3-25-2015
* 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. MixingPlants.lants. Mixing plants shall be either the weigh batching type or the drum mix
type. Both types shall be equipped with satisfactory conveyors, power units, aggregate
handling equipment, aggregate screens and bins (weigh batch only), and pollution control
devices as required.
4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a
location approved by the Engineer.
4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be
adequate to heat the required amount of material to the desired temperature. Agitation with
steam or air will not be permitted. The heating apparatus shall be equipped with a recording
thermometer with a 24-hour continuous chart that will record the temperature of the asphalt
at the highest temperature.
4.4. Surge-Storage_System. A surge-storage system may be used provided that the mixture
coming out of the bins is of equal quality to that coming out of the mixer. The system shall
be equipped with a gob hopper, rotating chute or other devices designed to minimize
segregation of the asphalt mixture.
4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that
will meet the requirements of the typical cross section, of adequate power to propel the
025424
Page 4 of 8
Rev.3-25-2015
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. Storaize and Heatingof f Asphalt Materials. Asphalt cement shall not be heated to a
temperature in excess of that recommended by the producer. Asphalt storage equipment
shall be maintained in a clean condition and operated in such a manner that there will be no
contamination with foreign matter.
5.2. Feeding and Dnjng 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 'o, b-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 joJ b-mix
by more than the tolerances and restrictions herein specified. The mixture when
discharged from the plant shall have a moisture content not greater than one percent
by weight of total mix when detennined by TxDOT Test Method TEX-212-F.
5.4.4. The mixture produced from each type of plant shall be at a temperature
between 250 and 325 degrees F. After a target mixing temperature has been
established, the mixture when discharged from the mixer shall not vary from this
temperature by more than 25 degrees F.
6. CONSTRUCTION METHODS
6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt
material may be placed with a laydown machine when the air temperature is 40 degrees F and
025424
Page 5 of 8
Rev.3-25-2015
rising but not when the air temperature is 50 degrees F and falling. In addition,mat thickness
less than and including 1.5 inches shall not be placed when the temperature of the surface on
which the mat is placed is below 50 degrees F.
All subsurface utilities shall be inspected, tested, and accepted prior to paving.
6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate
item conforming to the requirements of City Standard Specification Section 025412 "Prime
Coat", except the application temperature shall be as provided above. The tack coat or
asphaltic concrete shall not be applied on a previously primed flexible base until the primed
base has completely cured to the satisfaction of the Engineer.
6.3. Tack Coat. Before the asphalt mixture is laid,the surface upon which the tack coat is to
be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall
be given a uniform application of tack coat using materials and rates herein specified and/or
as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary.
Tack coat is required before any pavement course not placed immediately following the
previous course placement.
6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in
tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls,
canvas covers and insulated truck beds may be necessary. The inside of the bed may be
given a light coating of lime water or other suitable release agent necessary to prevent from
adhering. Diesel oil is not allowed.
6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a
laydown machine or other approved equipment in such a manner that when properly
compacted, the finished surface will be smooth and of uniform density, and meet the
requirements of the typical cross section as shown on the plans.
6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the
surface shall be finished uniformly high so that when compacted, it will be slightly
above the edge of the curb and flush structure.
6.5.2. Construction joints of successive courses of asphaltic material shall be offset
at least six inches. Construction joints on surface courses shall coincide with lane
lines, or as directed by the Engineer,but shall not be in the anticipated wheel path of
the roadway.
6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with
the necessary rollers to obtain the required density and surface tolerances herein described
and any requirements as shown on the plans. Regardless of the method of compaction
control followed, all rolling shall be completed before the mixture temperature drops below
175 degrees F.
025424
Page 6 of 8
Rev.3-25-2015
6.7. In-Place Density. In-place density control is required for all mixtures except for thin,
irregular level-up courses. Material should be compacted to between 96% and 92% of
maximum theoretical density or between 4% and 8% air voids. Average density shall be
greater than 92%and no individual determination shall be lower than 90%. Testing shall be
in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F.
Pavement specimens,which shall be either cores or sections of the compacted mixture,will
be tested as required to determine the percent air voids. Other methods, such as nuclear
determination of in-place density,which correlate satisfactorily with actual project specimens
may be used when approved by the Engineer.
6.8. Thickness. The total compacted average thickness of the combined HMAC courses
shall not be less than the amount specified on the drawings. No more than 10% of the
measured thickness(es)shall be more than 1/4 inch less than the plan thickness(es). If so,the
quantity for pay shall be decreased as deemed appropriate by the Engineer.
6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall
be smooth and true to the established lines, grade and cross-section. The surface shall be
tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each
600-foot section shall not exceed ninety inches per mile per traffic lane.
For each 600-foot section not meeting this criteria, the Engineer shall have the option of
requiring that section to be reworked to meet the criteria,or paying an adjusted unit price for
the surface course. The unit price adjustment shall be made on the following basis:
Adjusted Unit Price= (Adjustment Factor) X Surface Course Unit Bid Price
The adjustment factor shall be:
For Residential Streets:
Adjustment Factor= 1.999 - 0.0111 M
For All Other Class Streets (Non Residential)
Adjustment Factor= 1.287 - 0.0143 M
Where M=Mays Roughness Value
In no case shall the Contractor be paid more than the unit bid price. If the surface course is
an inverted penetration (surface treatment) the Mays Roughness Value observed will be
reduced by ten inches per mile,prior to applying the above criteria.
Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten-foot
straightedge placed parallel to the roadway centerline. The maximum deviation shall not
025424
Page 7 of 8
Rev.3-25-2015
exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the
satisfaction of the Engineer.
Pavement areas having surface irregularities, segregation, raveling or otherwise deemed
unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner
approved by the Engineer, at no additional cost to the City.
6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the
Engineer. The Contractor's attention is directed to the fact that all construction traffic
allowed on pavement open to the public will be subject to the State laws governing traffic on
highways.
If the surface ravels, it will be the Contractor's responsibility to correct this condition at his
expense.
7. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be
measured by the square yard of the type and thickness of"Hot Mix Asphaltic Concrete" as
shown on the drawings.
The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the
truck and showing the gross empty weight of the truck with driver as it arrives at the plant
and the gross loaded weight of the truck with driver as it leaves the plant. The measured
amount will be the difference of the loaded and empty trucks converted to tons.
Payment shall be full compensation for quarrying,furnishing all materials,freight involved;
for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat,
placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor,
tools, equipment, and incidentals necessary to complete the work except prime coat when
required.
Prime coat,performed where required,will be measured and paid for in accordance with the
provisions governing City Standard Specification Section 025412 "Prime Coat".
All templates, straightedges, scales, and other weight and measuring devices necessary for
the proper construction, measuring and checking of the work shall be furnished, operated
and maintained by the Contractor at his expense.
Any paving placed prior to inspection,testing, and acceptance of underground utilities may
be rejected by the City and will be replaced at the Contractor's expense after correcting any
subsurface utility defects. Pavement that fails to meet the in place density criteria may be
rejected by the City and will be replaced at the Contractor's expense,or such pavement may,
at the City's discretion, be accepted by the City and the unit price for payment shall be
reduced as deemed appropriate by the Engineer.
025424
Page 8 of 8
Rev.3-25-2015
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
The different sections shall be separated by a premolded insert or board j oint 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
SECTION 025802
TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION
1. DESCRIPTION
This specification shall govern all work required for Temporary Traffic Controls during
construction. The work shall include furnishing, installing, moving, replacing, and maintaining all
temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights,
signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and
structures, blue business signs, and such temporary devices as necessary to safely complete the
project.
2. MATERIALS
Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic
Control Devices",unless indicated otherwise on the Traffic Control Plan.
3. METHODS
Sufficient traffic control measures shall be used to assure a safe condition and to provide a
minimum of inconvenience to motorists and pedestrians.
If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the
Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City
Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the
Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit
the TCP to the City Traffic Engineer for approval,prior to construction.
The Contractor is responsible for implementing and maintaining the traffic control plan and will
be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified
flaggers. The construction methods shall be conducted to provide the least possible interference
to traffic so as to permit the continuous movement of traffic in all allowable directions at all
times. The Contractor shall cleanup and remove from the work area all loose material resulting
from construction operations at the end of each workday.
All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP
sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices".
The Contractor may be required to furnish additional barricades, signs, and warning lights to
maintain traffic and promote motorists safety. Any such additional signs and barricades will be
considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be
either new or freshly painted.
The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control.
025802
Page 1 of 3
Rev.10-30-2014
A competent person, responsible for implementation of the TCP and for traffic safety, shall be
designated by the Contractor.
The name and off-hours phone number of the competent person shall be provided in writing at the
Pre-Construction Conference.
The competent person shall be on site, during working hours and on call at all times in the event of
off-hour emergency.
The contractor must provide temporary blue sign boards that direct traffic to businesses and
driveways during each phase of construction— see example below. The sign boards may be either
skid mounted or barrel mounted. The City will assist the contractor in determining which
businesses and driveways will receive signage during various construction phases. The provision,
installation, and removal of signage will be considered to be subsidiary to the contract items
provided for"Traffic Control."
Example Blue Sign
24' to 3W
_ _ ,C MANDARIN GARD [
12` to tts`
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be
measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing,
moving, replacing and maintaining all temporary traffic controls including, but not limited to,
barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers,
removable and non-removable work zone pavements markings and signage, channelizing devices,
temporary detours, temporary flexible-reflective roadway marker tabs, temporary traffic markers,
temporary drainage pipes and structures, blue business signs, and such temporary devices and
relocation of existing signs and devices. Payment shall be full compensation for all labor,
equipment, materials, personnel, and incidentals necessary to provide a safe condition during
025802
Page 2 of 3
Rev.10-30-2014
construction of all phases and elements of the project and to complete the work.
Payment will be made on the following basis: The initial monthly estimate will include 50% of the
lump sum bid amount minus retention (typically 5%). The balance will be paid with the final
estimate, upon completion of the project.
025802
Page 3of3
Rev.10-30-2014
SECTION 026201
WATERLINE RISER ASSEMBLIES
1. DESCRIPTION
This specification shall govern all work and materials required for proper installation of riser
assemblies for waterline testing.
2. MATERIALS
Riser assemblies for 4" diameter and larger waterlines shall consist of(in order):
M. J. Plug or Cap, drilled and tapped(2")
2" x 6" Galvanized Nipple
2" Galvanized 90'Bend
2" x 3' Galvanized Nipple
2" Straight Coupling
2" x 3' Galvanized Nipple
2" Brass Gate Valve
3. CONSTRUCTION METHODS
The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this
includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete
thrust blocking shall be applied at the base.
After the line is tested and ready for connection to the existing water system, the Contractor shall
remove the riser assembly. The riser assemblies shall remain the property of the Contractor.
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for
payment. Payment for materials and labor shall be considered subsidiary to the payment for the
waterline pipe.
026201
Page 1 of 1
Rev.10-30-2014
SECTION 026202
HYDROSTATIC TESTING OF PRESSURE SYSTEMS
1. DESCRIPTION
This specification shall govern all work necessary for hydrostatic testing the completed pressure
system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary,
except as noted, and accomplish all testing under this specification.
2. MATERIALS
Water for filling the line and making tests will be furnished by the Contractor through a standard
meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump
with appropriate connector points as approved by the Water Superintendent for the installation of
meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the
main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter
shall be protected against extreme pressures by the use of a one-inch (I") safety relief valve set at
the test pressure plus ten pounds per square inch(psi) and furnished by the Contractor.
3. TEST PROCEDURE
Tests shall be made only after completion of backfill as specified, and not until at least thirty-six
(36)hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic
testing with the proposed construction sequencing and phasing.
Each section of pipeline shall be slowly filled with water and the specified test pressure, measured
at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying
the specified test pressure, all air shall be expelled from the pipeline.
During the test, all exposed pipe, fittings, valves,hydrants and joints shall be carefully examined. If
found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to
cracked or defective material, the defective material shall be removed and replaced by the
Contractor with sound material.
All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour
test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful
completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at
City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines.
026202
Page 1 of 2
Rev.10-30-2014
The maximwn allowable leakage shall be as follows:
Ductile Iron Pipe, AWWA C600
L= SD P "_ or L=ND P '��
133,200 7,400
Asbestos - Cement Pipe,AWWA C603
L=ND P viz
4,000
PVC Pipe -Uni-bell equation 99
L=ND P i
7,400
WHERE:
L=Maximum Allowable Leakage (gallons/hour)
S =Length of Pipe Tested(feet)
N=Number of Joints in Tested Line (pipe and fittings)
D=Nominal Diameter of Pipe (inches)
P =Average Test Pressure (psi)
If the pressure system fails to meet the leakage requirements, the Contractor shall make the required
repairs to the system and the system shall be retested. This procedure shall be repeated until the
system complies with leakage requirements. The cost of each retest shall be $100.
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be
measured for pay,but shall be subsidiary to the installation of the pressure system component.
026202
Page 2 of 2
Rev.10-30-2014
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 I100 by EBAA Iron or
approved equal,with a minimum of 250 psi rated working pressure. Restrained joints for pipe and
fittings over 12"in diameter shall be push on type with a retainer ring as LOK-RING or FLEX-RING
by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal.
Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing
the type of synthetic rubber and that no natural rubber is present shall be supplied.
026206
Page 1 of 3
Rev.10-30-2014
5. PIPE
Pressure class ductile iron pipe requirements:
Pressure Wall Range of Maximum
Diameter Class Thickness Allowable Depth Cover
(inches) (psi) (inches) (feet) - (feet)
A - B*
4# 350 0.25 60+
6 350 0.25 30 - 65
8 350 0.25 20 - 50
10# 350 0.26 15 - 45
12 350 0.28 15 - 44
14# 300 0.30 13 - 42
16 300 0.32 13 - 39
18 300 0.34 13 - 36
20 300 0.36 13 - 35
24 250 0.37 11 - 29
24+ x x x
* Range of maximum allowable depth of pipe where:
A = Ground water, or unstable bottom, or quick condition.
B = Ideal trench conditions, and sand encasement is at an average density in excess of 90%
Standard Proctor density.
# Pipe sizes not typically specified on City projects, but shown for reference.
x Requires special evaluation.
The face of bells shall be plainly marked by color coding for classes so as to be readily identified in
the field.
6. CERTIFICATIONS
A certification shall accompany each order of pipe and fittings furnished to job site. Certification
shall include the following items: indicate that pipe complies with Part 3 of this specification;
indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the
supplier shall furnish sufficient technical material for the Engineer to determine whether or not push-
on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material
used in each size gasket showing the type of synthetic rubber and that no natural rubber is present.
026206
Page 2 of 3
Rev.10-30-2014
7. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot
along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not
include, the fittings.
Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form.
Payment shall include all labor, materials, tools and equipment for the completed installation and
testing of the waterline,together with all incidentals necessary to install the pipe and fittings complete
in place.
026206
Page 3 of 3
Rev.10-30-2014
SECTION 026210
POLYVINYL CHLORIDE PIPE
(AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and
Wastewater Force Mains)
1. DESCRIPTION
This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and
C905)required to complete the project.
2. MATERIAL
PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in
ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F.
3. DIMENSIONS
Pipe shall be manufactured to ductile iron pipe equivalent outside diameters.
4. JOINT
Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The
use of solvent weld pipe shall not be allowed.
5. GASKETS
Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head).
6. PIPE PRESSURE CLASS AND DIMENSION RATIO
Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in
accordance with:
Pipe Size Desi n_ action
4" to 12" AWWA C900
Over 12" AWWA C905
7. CAUSE FOR REJECTION
Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched
pipe shall be rejected.
026210
Page 1 of 2
Rev.3-25-2015
S. CERTIFICATION
The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of
compliance with this specification, to include gaskets. Certification shall accompany each delivery
of materials.
9. MEASUREMENT AND PAYMENT
Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured
by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be
up to,but not include, the fittings.
Payment shall include all labor, materials, tools and equipment for the completed installation,
backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe
complete in place,per linear foot.
026210
Page 2 of 2
Rev.3-25-2015
SECTION 026214
GROUTING ABANDONED UTILITY LINES
1. DESCRIPTION
This specification shall govern all work and materials required for grouting abandoned utility lines
in place.
2. MATERIALS
A. Flowable Grout:
Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly
ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown
below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to
achieve a paste-like consistency immediately prior to placing the flowable grout. The
flowable grout mixture shall be supplied by an approved ready-mix supplier. The
manufacturer's representative shall be consulted for any final adjustments to improve the
flowability of the mixture. Commercially produced flowable grout may be used with
approval of the Engineer.
100 lbs/CY Portland Cement
300 lbs/CY Fly Ash
2100 lbs/CY Sand
250 lbs/CY Water
6 oz/CY "Darafill" admixture, as manufactured by Grace Construction
Products, or approved equivalent.
B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other
approved source not suspected of being contaminated. The soil shall have a Plasticity Index
over 15 and a Liquid Limit not to exceed 65.
C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216.
D. Water: Water shall be potable.
3. CONSTRUCTION METHODS
A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts
shown above to achieve a paste-like consistency immediately prior to placing flowable grout.
B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for
trial mix. The mix design is based on damp soil with an initial water content of about 15%.
The proportions of soil and lime shall not be altered. The Contractor shall determine the
amount of water to be added as required to produce a mix at its liquid limit.
026214
Page 1 of 2
Rev.10-30-2014
Trial Mix Design:
Damp Soil 1000 lb.
Lime 50 lb.
Water(approximate) 48 gal.
Consistency shall be checked with liquid limit apparatus.
C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings.
Temporary pumping and venting ports shall be placed as required to provide complete filling of
the abandoned line and proper placement of the grout. If segregation or "sand packing" is
experienced during pumping, the Contractor shall reduce the water content of the mix or obtain
other soil source (for soil-lime mixture), as required. Any damage resulting from pumping
operation shall be repaired at the Contractor's expense.
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by
the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor,
equipment, materials and incidentals required to mix, transport, and place the grout and restore
surface at pump ports.
026214
Page 2 of 2
Rev.10-30-2014
SECTION 026402
WATERLINES
1. DESCRIPTION
This specification, in conjunction with the City of Corpus Christi's Water Distribution System
Standards, shall govern all work necessary for the installation of all waterline facilities required to
complete the project.
2. MATERIALS
Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days.
Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be
granular material of low plasticity as indicated on the drawings.
Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206.
Polyvinyl Chloride Pipe: See City Standard Specification Section 026210.
Tapping Sleeves and Valves: See City Standard Specification Section 026409.
Gate Valves for Waterlines: See City Standard Specification Section 026411.
Fire Hydrants: See City Standard Specification Section 026416.
3. CONSTRUCTION METHODS
(1) HANDLING MATERIALS
a) General: The Contractor shall be responsible for the safe storage of all materials
furnished to, or by him, and accepted by him, until it has been incorporated into the
completed project.
All material found during the progress of the work to have cracks, flaws or other
defects will be rejected, and the Contractor shall remove such defective material from
the site of the work.
b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall
be unloaded at point of delivery, hauled to and distributed at the job site by the
Contractor. Materials shall at all times be handled with care and in accordance with
manufacturer's recommendations. Care shall be taken not to scratch PVC pipe.
Excessive scratching shall be considered cause for rejection of PVC pipe. Materials
may be unloaded opposite or near the place where it is to be installed provided that it is
to be incorporated into the work within 10 days. The Contractor shall not distribute
material in such a manner as to cause undue inconvenience to the public.
026402
Page 1 of 5
Rev.3-25-2015
c) Storing Materials: Materials that are not to be incorporated into the work within 10
days shall be stored on platforms. The interior of pipes and accessories shall be kept
free from dirt and foreign matter.
(2) ALIGNMENT AND GRADE
a) General: All pipes shall be laid and maintained to the required lines and grades.
Fittings, valves and hydrants shall be at the required locations with joints centered,
spigots home and all valve and hydrant stems plumb.
Temporary support and adequate protection of all underground and surface utility
structures encountered in the progress of the work shall be furnished by the Contractor.
Where the grade or alignment of the pipe is obstructed by existing utility structures
such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be
permanently supported, relocated, removed, or reconstructed by the Contractor at the
Contractor's expense,in cooperation with the owners of such utility structures.
One (1) 20-ft. section of waterline pipe shall be centered over/under gravity
wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron
pipe with mechanical joint fittings, in accordance with City Standard Specification
Section 026206, wherever new waterline crosses under new gravity wastewater line.
Maintain a minimum of six inches (2 feet usual) vertical clearance between outsides of
pipes where a new waterline crosses over a new wastewater line. Maintain a minimum
of twelve inches vertical clearance between outsides of pipes where a new waterline
crosses under a new wastewater line.
Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be
encased in a 20-ft.joint of ductile iron pipe with a minimum pressure rating of 150 psi
that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be
supported in the casing at five foot (5') intervals with spacers, or shall be filled to the
spring line with clean washed sand, graded as shown in the City Standard Water
Details. The casing pipe shall be centered under the gravity wastewater line as
indicated on the drawings, and both ends of the casing shall be sealed with cement
grout or manufactured seal.
b) Deviation from Drawings: No deviation from the line and grade shown on the plans
may be made without the written consent of the Engineer.
c) Depth of Cover: Depth of cover will be measured from the established street grade or
the surface of the permanent improvement, or from finished grade to the top of the
pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall
be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of
cover at all points.
026402
Page 2 of 5
Rev.3-25-2015
(3) TRENCH EXCAVATION AND BACKFILL
See City Standard Specification Section 022020, "Excavation and Backfill for Utilities"and
applicable City Standard Details for Water.
(4) POLYETHYLENE WRAPPING
All ductile iron pipe, valves and fittings, except pipe or valves which are laid in encasement
pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene
material shall have a thickness of 8 mils and may be either clear or black. The wrapping
shall be lapped in such manner that all surfaces of pipe, valves and fittings, including joints,
shall have a double thickness of polyethylene. If a single longitudinal lap is made using a
double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap
shall be placed in the lower quadrant of the pipe and in such a manner that backfill material
cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not
more than 6-foot intervals. If wrapping is applied before the pipe is placed in the trench,
then special care shall be taken in handling the pipe so that the wrapping will not be
damaged. Care shall also be exercised in backfilling around the pipe and fittings and in
blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged
shall be repaired in a manner satisfactory to the Engineer and so as to form the best
protection to the pipes.
(5) SAND ENCASEMENT
All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement
pipe, shall be completely encased with a minimum of eight inches (8") of sand on the
bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches
(12") over the top of the waterline, unless otherwise indicated on the drawings. This
encasement includes the bottom, sides and top of pipe and fittings including bells, so that all
portions will be encased with sand to insulate the pipe from the natural ground and from the
backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density.
Provide twelve inches (12") of sand encasement all around the pipe for 16-inch diameter
and larger waterlines.
Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be
compacted under, around the side, and over the pipe in a manner that will reduce settlement
to a minimum and as approved by the Engineer.
In order to reduce the amount of sand required, the trench bottom may be excavated in a
rounded manner so as to maintain at least a minimum of eight inches of sand between the
excavation and the pipe (twelve inches for 16-inch diameter and larger waterlines), unless
otherwise indicated on the drawings.
(6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH
a) General: The trench shall be excavated true and parallel to the pipe center line with a
minimum clearance of eight inches below the pipe bottom and with a like clearance
026402
Page 3 of 5
Rev.3-25-2015
from the bottom of the bell to the bottom of the bell hole. The trench shall then be
refilled to the proper grade with sand as specified. The placing of the encasing
material shall be done in such a manner so as to be free of all natural soil rock or other
foreign matter.
After final grading in the trench of the encasing material, bell holes shall be excavated
at each joint.
Proper implements, tools and facilities satisfactory to the Engineer shall be provided
and used by the Contractor for the safe and efficient execution of the work. All pipe,
fittings, valves, hydrants and accessories shall be carefully lowered into the trench by
means of a derrick, ropes or other suitable equipment, in such a manner as to prevent
damage to pipe and fittings. Under no circumstances shall pipe or accessories be
dropped or dumped into the trench.
b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for
defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall
be replaced.
c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe
prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench
at all times during the laying.
(7) JOINTING PIPES
All pipes shall be made up in accordance with manufacturer's recommendation. Pipe
deflection shall not exceed 75% of the maximum amount recommended by the
manufacturer.
(8) CONCRETE THRUST BLOCKS
Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic
testing shall be provided at all ends of lines to be tested. Details of the end connections and
method of temporary blocking shall be submitted to the Engineer for approval. After
satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed
so that connections may be made with existing lines. This work is subsidiary to waterline
installation and no separate payment will be made for it.
Temporary thrust blocks are not allowed for long term use.
(9) METAL HARNESS
Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe
movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated
with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping.
026402
Page 4 of 5
Rev.3-25-2015
(10) STERILIZATION
a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean.
Where soil or other substance has come in contact with the water surfaces of the
fittings, the interior shall be washed and sterilized with 2% solution of calcium
hypochlorite.
b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the
Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the
joint (one pound for each 1,680 gallons of water to give 50 ppm). When the waterline
is complete, and before testing, the waterline shall be slowly filled with water between
valves and allowed to stand for 48 hours. After the sterilization period is completed,
lines shall be flushed by the Contractor under the direct supervision of a representative
of the City Water Department. The Engineer will take sample for testing two hours
after refilling. If the sample does not pass State Health Department purification
standards, the procedure shall be repeated. The entire procedure shall be coordinated
under the supervision of the Water Division Superintendent/Engineer.
During the sterilization process, valves shall be operated only under the supervision of
the Water Division Superintendent/Engineer. There shall be a base fee of$100 paid
by the Contractor to the City for each retest that is required.
(11) HYDROSTATIC TESTING WATER SYSTEM
See City Standard Specification Section 026202, "Hydrostatic Testing of Pressure
Systems".
(12) WATER SERVICE CONNECTIONS
See Standard Specification Section 026404, "Water Service Lines".
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each
size installed. Payment for waterlines will be made under the appropriate pipe material item and
shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings),
restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall
be full compensation for all labor, materials, tools, equipment and incidentals required to complete
the work.
026402
Page 5 of 5
Rev.3-25-2015
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
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 I" 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
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.
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.
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-V2")National Standard thread (7-%2 threads per inch). The pumper nozzle shall have size
(6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543
inches, and a root diameter of 4.406 inches.
h) Harnessing Lutes -None required.
i) Nozzle Cap Gaskets -Required.
j) Drain Openings -Required.
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 Hydran - The main valve opening shall not be less than five and one-quarter
inches (5-1/4")inside diameter.
r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer
hardness. When the main valve lower washer and stem nut are not an integral casting then
the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut.
s) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges
connecting the barrel to the elbow and to the packing plate.
t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the
barrel section and the stem. The couplings shall be so designed that in case of traffic
collision the barrel and stem collar will break before any other part of the hydrant breaks.
u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without
excavating after the hydrant is completely installed.
v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are
used in the breakable barrel couplings will not be acceptable.
w) Operating Stem- Stems that have operating thread located in the waterway shall be made of
manganese bronze, Everdure, or other high quality non-corrodible metal. Stems that do not
have operating threads located in the waterway must be sealed by a packing gland or
"O"-ring seal located between the stem threads and waterway. Iron or steel stems shall be
constructed with a bronze sleeve extending through the packing or "O"-ring seal area. The
sleeve shall be of sufficient length to be in the packing gland "O"-ring seal in the both open
and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to
prevent water leakage between the two when subjected to 300 pounds hydrostatic test
pressure.
026416
Page 2 of 3
Rev.3-25-15
x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not
acceptable.
y) Operating Stem Nut - The operating stein nut shall be designed to prevent seepage or rain,
sleet, and the accumulation of dust between the operating nut and the hydrant top.
z) Packing Gland or "O"-Ring Seal - Fire hydrants having the threaded part of the stem at the
hydrant top shall be equipped with a packing gland or an "O"-ring seal immediately below
the threaded section of the stem.
3. CONSTRUCTION METHODS
Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet.
Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade.
Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and
fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer
at the time of installation.
4. CERTIFICATION
The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete
details and dimensions of the hydrant.
The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all
metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet
these specifications.
5. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each.
Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant
assembly with valve, 6-inch line and fitting on the main; and shall be full compensation for all
labor,materials, tools, equipment and incidentals required to properly complete the work.
026416
Page 3of3
Rev.3-25-15
SECTION 027205
FIBERGLASS MANHOLES
1. DESCRIPTION
This specification shall govern all work required for providing, installing and adjusting fiberglass
manholes required to complete the project.
2. GENERAL
Fiberglass manholes shall be installed at the locations indicated on the drawings.
3. MATERIALS
A. Manholes
Fiberglass manholes shall be fabricated in accordance with ASTM D3753-"Standard
Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells,"latest edition,
and the referenced design criteria as follows:
1. ASTM C581 Standard Practice for Determining Chemical Resistance of
Thermosetting Resins Used in Glass-Fiber-Reinforced Structures
Intended for Liquid Service
2. ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics
3. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and
Reinforced Plastics and Electrical Insulating Materials
4. ASTM C923 Standard Specification for Resilient Connectors Between Reinforced
Concrete Manhole Structures, Pipes and Laterals
5. ASTM D2412 Standard Test Method for Determination of External Loading
Characteristics of Plastic Pipe by Parallel-Plate Loading
6. ASTM D2583 Standard Test Method for Indentation Hardness of Rigid Plastics by
Means of a Barcol Impressor
7. ASTM D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins
8. ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC)
Sewer Pipe and Fittings
9. ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile
Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter
10. ASTM C32 Standard Specification for Sewer and Manhole Brick (Made From
Clay or Shale)
The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The
inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise
specified on the drawings, but shall not be less than 1.5 times the nominal pipe diameter of
the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a
027205
Page 1 of 6
Rev.3-25-2015
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. Rine and Cover
Manhole ring and cover for all manholes shall be for street application and shall be as
indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3-
foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for
027205
Page 2 of 6
Rev.3-25-2015
grade adjustments. A maximum of 18" of adjustment rings may be utilized.
F. Flowable Grout
Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly
ash, sand, water, and"Darafill" admixture (or approved equivalent), in the amounts shown
below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to
achieve a paste-like consistency immediately prior to placing the flowable grout. The
flowable grout mixture shall be supplied by an approved ready-mix supplier. The
manufacturer's representative shall be consulted for any final adjustments to improve the
flowability of the mixture. Commercially produced flowable grout may be used with
approval of the Engineer.
100 lbs/CY Portland Cement
300 lbs/CY Fly Ash
2100 lbs/CY Sand
250 lbs/CY Water
6 oz/CY "Darafill"admixture,as manufactured by Grace Construction Products,
or approved equivalent.
4. CONSTRUCTION METHODS
General: The limits of excavation shall allow for placing and removing forms, installing
sheeting,shoring,bracing,etc. The Contractor shall pile excavated material in a manner that
will not endanger the work and will avoid obstructing sidewalks, driveways,power poles,
drainage structures, streets, etc. Subgrade under manhole footings shall be compacted to not
less than 95% Standard Proctor density.
Vertical Sides: When necessary to protect other improvements, the Contractor shall
maintain vertical sides on the excavation. The limits shall not exceed three feet outside the
footing on a vertical plane parallel to the footing except where specifically approved
otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring,
and bracing as necessary to provide a safe work area as required to protect workmen,
structures, equipment,power poles, etc. The Contractor shall be responsible for the design
and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall
be removed as the excavation is backfilled.
Sloping Sides: In unimproved areas where sufficient space is available,the Contractor will
be allowed to back slope the sides of the excavation. The back slope shall be such that the
excavation will be safe from caving. Safety requirements shall govern the back slope used.
De-watering: The Contractor shall keep the excavation free from water by use of
cofferdams,bailing,pumping,well pointing, or any combination, as the particular situation
may warrant. All de-watering devices shall be installed in such a manner as to provide
clearance for construction,removal of forms, and inspection of exterior of form work. It is
the intent of these specifications that the foundation be placed on a firm dry bed. The
foundation bed shall be kept in a de-watered condition for a sufficient period of time to
027205
Page 3 of 6
Rev.3-25-2015
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 backfrll around
manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be
flowable grout. The remaining final backfill around manholes shall be cement-stabilized
sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II
Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other
debris. The material shall be free of large lumps or clods which will not readily break down
under compaction. This material shall be subject to approval by the Engineer. Backfill
material shall be free of vegetation or other extraneous material. Topsoil should be
stockpiled separately and used for finish grading around the structure, if necessary.
027205
Page 4 of 6
Rev.3-25-2015
Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as
the concrete has been allowed to cure and the forms removed.
Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness
and mechanically tamped to at least 95% Standard Proctor density(ASTM D698). Backfill
shall be placed in such a manner as to prevent any wedging action against the structure.
Contractor shall follow operational requirements for bypass pumping as set forth in City
Standard Specification Section 027200 "Control of Wastewater Flows".
5. TESTING
Manholes shall be tested for leakage by either of two tests as specified by the Engineer.
Water Leakage Test:
The Contractor shall provide water, labor, and materials for testing.
Testing shall be as follows:
1. With sewers plugged, the manhole shall be filled with water.
2. The manhole shall be checked after 24 hours have elapsed.
3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for
4-foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for
5-foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of
diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes.
4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the
manhole shall be tested for no leaks and no noticeable loss of water shall be
experienced for the 24-hour period.
If water loss is excessive,the Contractor shall correct the problem and the manhole shall be retested.
Vacuum Test:
Vacuum testing shall be in accordance with City Standard Specification Section 027203
"Vacuum Testing of Wastewater Manholes and Structures".
6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES
The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade
adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the
extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary
to remove a section of the fiberglass manhole, this work shall be done as described below.
Note that manhole repair kits are available for this work.
Remove the appropriately sized section of the existing manhole from the vertical manhole wall at
least 6 inches below the seam where the corbel meets the vertical wall.
027205
Page 5 of 6
Rev.3-25-2015
Excavate evenly around the manhole as required.
Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a
good butt splice.
Grind and clean ends of fiberglass that are to be re-united.
Replace and align the top. Fiberglass a 6-inch strip along the outside seam all around with two layers
of mat with one layer of woven roving sandwiched between.
After the outside has set, go on the inside and fill any voids in the seam with epoxy or material
provided by the manhole manufacturer for use in such application.
After the putty has set, fiberglass a 6-inch strip on the inside as previously done on the outside.
After curing,backfill with cement-stabilized sand,as described above,compacted to a minimum of
95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated
representative.
7. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form,fiberglass manholes shall be measured per each for each
size (diameter) of manhole indicated.
Payment shall be made at the unit price bid and shall fully compensate the Contractor for all
materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall
include,but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole
assembly,connections,cast iron frame and cover,adjustment to finish grade,concrete work,backfill,
leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole.
Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth
in excess of 6 feet and bid as "Extra Depth for Manhole (Wastewater)".
Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual
structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth
specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall
mean all labor,materials,tools, equipment and incidentals necessary to furnish and install the rigid
fiberglass manhole inserts, make connections, grout the annular space with flowable grout,
backfilling, leakage testing, and adjust the manholes to finish grade.
027205
Page 6 of 6
Rev.3-25-2015
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.
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 Tube 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.
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
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.
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: All fertilizer used shall be delivered in bags or containers with clearly marked
analysis. A granulated fertilizer shall be used with an analysis of 10-20-10.
These figures represent the percent of nitrogen, phosphoric acid and potash
nutrients, respectively, as determined by the methods of the Association of
Official Agricultural Chemists. The rate of application shall be not less than 350
pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to
substitute a fertilizer with a different analysis, it shall be granulated fertilizer with
a lower concentration. The total nutrients applied per unit area shall not be less
that the specified amount of each nutrient.
Sod: Sod shall consist of live Berinuda 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 steins prior to extraction
at the source. Sod and soil shall be kept moist at all times during the sodding
process. Care must be taken at all times to retain native soil on the root system.
Water: Water shall be free from oils, acids, alkalis, and salts that may inhibit grass
growth. Unless indicated otherwise on the drawings, water shall be provided by
the City and shall be transported and applied by the Contractor.
3. CONSTRUCTION METHODS
Spot Sodding_ Prior to planting, the area to be sodded shall be graded and shaped. Squares of
sod with a minimum width of 3 inches shall be planted in rows on 15-inch
centers in both directions. Sod shall be placed so that it is firinly against the
bottom of the hole, and the top of the sod shall not be more than 1/2 inch below
finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall
not be allowed to cover the sod except for soil incidental to raking, provided that
the quantity of soil is not enough to hinder the growth. Areas to be spot sodded
shall be indicated on the drawing or as directed by the Engineer in field. After
sod has been planted,the area shall be fertilized and watered.
028040
Page 1 of 2
Rev.3-25-2015
Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks
shall be uniformly placed over the prepared area. The sodded area shall then be
fertilized and watered. After the area is sufficiently dry, the area shall be rolled
or tamped to form a thoroughly compacted mat. Any voids in the mats shall be
filled with additional sod and tamped. If, in the opinion of the Engineer, slopes
may cause displacement, areas to be block sodded shall be indicated on the
drawings or as directed by the Engineer in the field.
Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a
depth of not less than 4 inches or more than 10 inches, being careful to avoid
having soil containing no grass roots. The disked sod may be windrowed or
otherwise handled in a manner satisfactory to the Engineer. The material shall be
rejected if not kept in a moist condition.
Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches
deep along horizontal slope lines at 2-foot vertical intervals. Excavated material from the furrows
shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be
distributed uniformly over the area. The sod shall then be dumped upon the prepared area and
spread uniformly to the required approximate thickness shown on the plans.
Any section not true to lines and cross section shall be remedied by the addition of sod material.
After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of
the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch
sodded shall be indicated on the drawings or as directed by the Engineer in the field.
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by
the square yard taken in a horizontal plane.
Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod,
and application of fertilizer and water.
028040
Page 2 of 2
Rev.3-25-2015
SECTION 028300
FENCE RELOCATION
1. DESCRIPTION
This specification shall govern all work necessary to accomplish the relocation of any fence that
needs to be moved to complete this project. The necessity and the time schedule for relocation of
any given fence shall be determined by the Engineer.
2. MATERIALS
Whenever possible, all or part of the existing fence materials shall be used in constructing the
relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its
existing location shall be replaced with materials of equal or better quality at the expense of the
contractor.
3. CONSTRUCTION METHODS
It is the intent of this specification that fences be reconstructed to original condition (condition at
time just prior to commencement of construction on this project). Unless otherwise specified, no
fence shall be replaced until the area surrounding its new location has been worked to its finished
grade. Any fence that is damaged while being removed shall be repaired prior to being reset or
replaced with like kind.
4. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot
of relocated fence (not fence removed from original location).
Payment shall constitute full compensation for removal, replacement, necessary repairs, and all
other work related to the relocation of fences.
028300
Page 1 of 1
Rev.10-30-2014
SECTION 030020
PORTLAND CEMENT CONCRETE
1. DESCRIPTION
This specification shall govern for the materials used; for the storing and handling of materials; and
for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter,
sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete
construction.
The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if
desired or required, and water,proportioned and mixed as hereinafter provided.
2. MATERIALS
(1) Cement
The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation:
C150, modified as follows:
Unless otherwise specified by the Engineer, the specific surface area of Type I and 11
cements shall not exceed 2000 square centimeters per gram(Wagner Turbidimeter—
TxDOT Test Method Tex-310-D). For concrete piling, the above limit on specific
surface area is waived for Type II cement only. The Contractor shall furnish the
Engineer, with each shipment, a statement as to the specific surface area of the
cement expressed in square centimeters per gram.
For cement strength requirements, either the flexural or compressive test may be used.
Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type
II is specified on the plans, Type III cement may be used when the anticipated air temperature for
the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast
prestressed concrete, except in piling when Type II cement is required for substructure concrete.
Different types of cement may be used in the same structure, but all cement used in any one
monolithic placement shall be of the same type and brand. Only one brand of each type will be
permitted in any one structure unless otherwise authorized by the Engineer.
Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be
delivered in bags marked plainly with the name of the manufacturer and the type of cement.
Similar information shall be provided in the bills of lading accompanying each shipment of
packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at
time of delivery.
All cement shall be properly protected against dampness. No caked cement will be accepted.
Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails
to conform to any of the requirements of these specifications.
030020
Page 1 of 13
Rev.10-30-2014
(2) Mixing Water
Water for use in concrete and for curing shall be free from oils, acids, organic matter or other
deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor
more than 1000 parts per million of sulfates as 5O4.
Water from municipal supplies approved by the State Health Department will not require testing,
but water from other sources will be sampled and tested before use in structural concrete.
Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in
Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of
this specification.
(3) Coarse Aggregate
Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed
stone, or combinations thereof, free from frozen material or injurious amount of salt, alkali,
vegetable matter, or other objectionable material either free or as an adherent coating; and its
quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by
weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by
weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method
Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with
TxDOT Test Method Tex-410-A.
Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the
soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater
than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used.
Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed
aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans.
When tested by approved methods, the coarse aggregate, including combinations of aggregates
when used, shall conform to the grading requirements shown in Table 1.
030020
Page 2 of 13
Rev.10-30-2014
TABLE 1
Coarse Aggregate Gradation Chart
Percent Retained on Each Sieve
Aggregate Nominal 2-1/2 2 1-�/z 1 3/4 1/2 3/8
Grade No. Size In. In. In. In. In. In. In. No. 4 No. 8
1 2 in. 0 0 to 15 60 to 95 to
20 to 80 100
50
2 (467)* 1?/z in. 0 0 30 to 70 95 to
to 65 to 100
5 90
4 (57)* 1 in. 0 0 40 90 to 95 to
to to 100 100
5 75
8 3/8 in. 0 0 to 35 to 90 to
5 80 100
*Numbers in parenthesis indicate conformance with ASTM C33.
The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex-406-A) plus
the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans,
whichever is smaller.
(4) Fine Aggregate
Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or
manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from
frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material
and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color
test for organic impurities (TxDOT Test Method Tex-408-A), it shall not show a color darker than
standard.
The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of
Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-D.
Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic,
the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when
tested in accordance with TxDOT Test Method Tex-612-J.
When tested by approved methods, the fine aggregate or combination of aggregates, including
mineral filler, shall conform to the grading requirements shown in Table 2.
030020
Page 3 of 13
Rev.10-30-2014
TABLE 2
Fine Aggregate Gradation Chart
Percent Retained on Each Sieve
Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200
1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100
NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the
No. 200 sieve shall be 94 to 100.
NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve
may be 70 to 94 percent.
Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F).
The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever
is greater.
For concrete Classes `A' and `C', the fineness modulus as defined below for fine aggregates shall
be between 2.30 and 3.10.
The fineness modulus will be determined by adding the percentages by weight retained on the
following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100.
(5) Mineral Filler
Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material.
(6) Mortar(Grout)
Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough
water to make the mixture plastic. When required to prevent color difference, white cement shall
be added to produce the color required. When required by the Engineer, latex adhesive shall be
added to the mortar.
(7) Admixtures
Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and
water-reducing admixtures may be used in all concrete and shall conform to the following
requirements:
A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete
mixture in the correct quantity, will reduce the quantity of mixing water required to produce
concrete of a given consistency and will retard the initial set of the concrete.
A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in
the correct quantity, will reduce the quantity of mixing water required to produce concrete of a
030020
Page 4 of 13
Rev.10-30-2014
given consistency.
(a) Retarding and Water-Reducing Admixtures. The admixture shall meet the
requirements for Type A and Type D admixture as specified in ASTM
Designation: C494,modified as follows:
(1) The water-reducing retarder shall retard the initial set of the concrete
a minimum of 2 hours and a maximum of 4 hours, at a specified
dosage rate, at a temperature of 90°F.
(2) The cement used in any series of tests shall be either the cement
proposed for specific work or a "reference" Type I cement from one
mill.
(3) Unless otherwise noted on the plans, the minimum relative durability
factor shall be 80.
The air-entraining admixture used in the referenced and test concrete shall be neutralized Vinsol
resin.
(b) Air-Entraining Admixture. The admixture shall meet the requirements of
ASTM Designation: C260, modified as follows:
(1) The cement used in any series of tests shall be either the cement
proposed for specific work or a "reference" Type I cement from one
mill.
(2) Unless otherwise noted on the plans, the minimum relative durability
factor shall be 80.
The air-entraining admixture used in the referenced concrete shall be neutralized Vinsol resin.
3. STORAGE OF CEMENT
All cement shall be stored in well-ventilated weatherproof buildings or approved bins, which will
protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each
shipment of packaged cement shall be kept separated to provide easy access for identification and
inspection.
The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum
of 48 hours on a raised platform and under waterproof covering.
4. STORAGE OF AGGREGATE
The method of handling and storing concrete aggregate shall prevent contamination with foreign
materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all
vegetation and level. The bottom layer of aggregate shall not be disturbed or used without
recleaning.
030020
Page 5 of 13
Rev.10-30-2014
When conditions require the use of two or more sizes of aggregates, they shall be separated to
prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers.
Methods of handling aggregates during stockpiling and subsequent use shall be such that
segregation will be minimized.
Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to
reduce the free moisture content.
5. MEASUREMENT OF MATERIALS
The measurement of the materials, except water, used in batches of concrete, shall be by weight.
The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk
cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be
required. Where sacked cement is used, the quantities of material per batch shall be based upon
using full bags of cement. Batches involving the use of fractional bags will not be permitted.
Allowance shall be made for the water content in the aggregates.
Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be
rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags
taken at random, is less than the net weight specified, the entire shipment may be rejected. If the
shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an
average of all individual weights which are less than the average weight determined from the total
number weighed.
6. CLASSIFICATION AND MIX DESIGN
It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate
factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed
by a qualified concrete technician to conform with the requirements contained herein and in
accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the
work required to substantiate the design, except the testing of strength specimens, which will be
done by the Engineer. Complete concrete design data shall be submitted to the Engineer for
approval.
It shall also be the responsibility of the Contractor to determine and measure the batch quantity of
each ingredient, including all water, so that the mix conforms to these specifications and any other
requirements shown on the plans.
Trial batches will be made and tested using all of the proposed ingredients prior to placing the
concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches
shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial
designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not
be less than 50 percent of the rated mixing capacity of the truck.
Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that
030020
Page 6 of 13
Rev.10-30-2014
no substantial change in any of the proposed ingredients has been made.
The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse
aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not
exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3
aggregates.
If the strength required for the class of concrete being produced is not secured with the cement
specified in Table 4, the Contractor may use an approved water-reducing or retarding admixture, or
he shall furnish aggregates with different characteristics which will produce the required results.
Additional cement may be required or permitted as a temporary measure until the redesign is
checked.
Water-reducing or retarding agents may be used with all classes of concrete at the option of the
Contractor.
When water-reducing or retarding agents are used at the option of the Contractor, reduced dosage of
the admixture will be permitted.
Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain
5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is
used. Concrete as placed in the structure shall contain the proper amount as required above with a
tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will
not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with
Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or
cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive
requirements, the concrete will not be rejected because of the variation in air content.
7. CONSISTENCY
In cases where the consistency requirements cannot be satisfied without exceeding the maximum
allowable amount of water, the Contractor may use, or the Engineer may require, an approved
water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or
aggregates with different characteristics, which will produce the required results. Additional
cement may be required or permitted as a temporary measure until aggregates are changed and
designs checked with the different aggregates or admixture.
The consistency of the concrete as placed should allow the completion of all finishing operations
without the addition of water to the surface. When field conditions are such that additional
moisture is needed for the final concrete surface finishing operation, the required water shall be
applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be
workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can
be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump
requirements will be as specified in Table 3.
030020
Page 7 of 13
Rev.10-30-2014
TABLE 3
Slump Requirements
Concrete Desi ng ation Desired Slump Max. Slump
Structural Concrete:
(1) Thin-Walled Sections (9" or less) 4 inches 5 inches
(2) Slabs, Caps, Columns,Piers,
Wall Sections over 9", etc. 3 inches 4 inches
Underwater or Seal Concrete 5 inches 6 inches
Riprap, Curb, Gutter and Other
Miscellaneous Concrete 2.5 inches 4 inches
NOTE: No concrete will be permitted with slump in excess of the maximums shown.
8. QUALITY OF CONCRETE
General
The concrete shall be uniform and workable. The cement content, maximum allowable water-
cement ratio, the desired and maximum slump and the strength requirements of the various classes
of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein.
During the process of the work, the Engineer or his designated representative will cast test cylinders
or beams as a check on the compressive or flexural strength of the concrete actually placed. Test
cylinders must be picked up by the testing lab within 24 hours.
A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the
case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or
Tex-420-A.
Test beams or cylinders will be required as specified in the contract documents. For small
placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary
the number of tests to a minimum of one for each 25 cubic yards placed over a several day period.
All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework
shall be cured using the same methods, and under the same conditions as the concrete represented.
"Design Strength"beams and cylinders shall be cured in accordance with THD Bulletin C-11.
The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for
the purpose of curing test specimens. Provision shall be made to maintain the water in the curing
tank at temperatures between 70°F and 90°F.
When control of concrete quality is by twenty-eight-day compressive tests, job control will be by
seven-day compressive tests which are shown to provide the required twenty-eight-day strength,
based on results from trial batches. If the required seven-day strength is not secured with the
030020
Page 8 of 13
Rev.10-30-2014
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 11 Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi;
with Class A Concrete, the minimum 7-day beam break requirement will be 460 psi.
""Permission**Permission to use Grade 8 Aggregate must have prior approval of the Engineer.
9. MIXING CONDITIONS
The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in
place within the limits outlined in City Standard Specification Section 038000 "Concrete
Structures", Article "Placing Concrete-General", shall not be used. Retamping of concrete will not
be permitted.
In threatening weather, which may result in conditions that will adversely affect the quality of the
concrete to be placed, the Engineer may order postponement of the work. Where work has been
started and changes in weather conditions require protective measures, the Contractor shall furnish
adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures.
If necessary to continue operations during rainfall, the Contractor shall also provide protective
coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent
necessary to control the moisture conditions in the aggregates to adequately control the consistency
of the concrete.
10. MIXING AND MIXING EQUIPMENT
All equipment, tools, and machinery used for hauling materials and performing any part of the work
shall be maintained in such condition to insure completion of the work underway without excessive
delays for repairs or replacements.
The mixing shall be done in a batch mixer of approved type and size that will produce uniform
030020
Page 9 of 13
Rev.10-30-2014
distribution of the material throughout the mass. Mixers may be either the revolving drum type or
the revolving blade type, and shall be capable of producing concrete meeting the requirements of
these specifications.
After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute
for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or
portion thereof.
The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of
the Associated General Contractors of America. The mixer shall have a plate affixed showing the
manufacturer's recommended operating data.
The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer.
The entire contents of the drum shall be discharged before any materials are placed therein for the
succeeding batch.
The first batch of concrete materials placed in the mixer for each placement shall contain an extra
quantity of sand, cement and water sufficient to coat the inside surface of the drum.
Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly
cleaned.
The concrete mixer shall be equipped with an automatic timing device which is put into operation
when the skip is raised to its full height and dumping. This device shall lock the discharging
mechanism and prevent emptying of the mixer until all the materials have been mixed together for
the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed.
The water tank shall be arranged so that the amount of water can be measured accurately, and when
the tank starts to discharge, the inlet supply shall cut off automatically.
Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the
site upon a written order from the Engineer and a suitable mixer provided by the Contractor.
Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent
in depth shall be repaired or replaced with new blades.
Improperly mixed concrete shall not be placed in the structure.
Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the
requirements stated above, adjacent to the structure for which the concrete is being mixed, and
moved to the placement site in non-agitating equipment.
11. READY-MIX PLANTS
A. General. It shall be the Contractor's responsibility to furnish concrete meeting all
requirement of the governing specification sections, and concrete not meeting the slump,
workability and consistency requirements of the governing specification sections shall not
030020
Page 10 of 13
Rev.10-30-2014
be placed in the structure or pavement.
Ready-Mixed Concrete shall be mixed and delivered by means of one of the following
approved methods.
(1) Mixed completely in a stationary mixer and transported to the point of
delivery in a truck agitator or a truck mixer operating at truck agitator or
truck mixer agitation speed. (Central-Mix Concrete)
(2) Mixed complete in a truck mixer and transported to the placement site at
mixing and/or agitating speed (Transit-Mix Concrete), subject to the
following provisions:
(a) Truck mixers will be permitted to transport concrete to the job site at
mixing speed if equipped with double actuated counters which will
separate revolutions at mixing speed from total revolutions.
(b) Truck mixers equipped with a single actuated counter counting total
revolutions of the drum shall mix the concrete at the plant not less
than 50 nor more than 70 revolutions at mixing speed, transport it to
the job site at agitating speed and complete the required mixing
before placing the concrete.
(3) Mixed completely in a stationery mixer and transported to the job site in
approved non-agitating trucks with special bodies. This method of
transporting will be permitted for concrete pavement only.
B. Equipment.
(1) Batching Plan . The batching plant shall be provided with adequate bins for
batching all aggregates and materials required by the specifications.
Bulk cement shall be weighed on a scale separate from those used for other
materials and in a hopper entirely free and independent of that used for weighing the
aggregates.
(2) Mixers and Agitators.
(a) General: Mixers shall be of an approved stationary or truck-type capable of
combining the ingredients into a thoroughly mixed and uniform mass.
Facilities shall be provided to permit ready access to the inside of the drum
for inspection, cleaning and repair of blades.
Mixers and agitators shall be subject to daily examination for changes in
condition due to accumulation of hardened concrete and/or wear of blades,
and any hardened concrete shall be removed before the mixer will be
permitted to be used. Worn blades shall be repaired or replaced with new in
030020
Page 11 of 13
Rev.10-30-2014
accordance with the manufacturer's design and arrangement for that
particular unit when any part or section is worn as much as 10 percent below
the original height of the manufacturer's design.
(b) Stationary Mixers: These shall conform to the requirements of Article
"Mixing and Mixing Equipment". Truck mixers mounted on a stationary
base will not be considered as a stationary mixer.
(c) Truck Mixers: In addition, truck mixers shall comply with the following
requirements:
An engine in satisfactory working condition and capable of accurately
gauging the desired speed of rotation shall be mounted as an integral part of
the mixing unit for the purpose of rotating the drum. Truck mixers equipped
with a transmission that will govern the speed of the drum within the
specified revolutions per minute (rpm)will not require a separate engine.
All truck mixers shall be equipped with actuated counters by which the
proper number of revolutions of the drum, as specified in Article 11. A.
above, may be readily verified. The counters shall be read and recorded at
the start of mixing at mixing speeds.
Each until shall have adequate water supply and accurate metering or
gauging devices for measuring the amount used.
(d) Agitators: Concrete agitators shall be of the truck type, capable of
maintaining a thoroughly mixed and uniform concrete mass and discharging
it within the same degree of uniformity specified for mixers. Agitators shall
comply with all of the requirements for truck mixers, except for the actual
mixing requirements.
C. Operation of Plant and Equipment.
Delivery of ready-mixed concrete shall equal or exceed the rate approved by the Engineer for
continuous placement. In all cases, the delivery of concrete to the placement site shall assure
compliance with the time limits in the applicable specification for depositing successive batches in
any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are
available.
A standard ticket system will be used for recording concrete batching, mixing and delivery date.
Tickets will be delivered to the job inspector.
Loads arriving without ticket and/or in unsatisfactory condition shall not be used.
When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard
of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof.
This mixing time shall start when all cement, aggregates and initial water have entered the drum.
030020
Page 12 of 13
Rev.10-30-2014
The mixer shall be charged so that some of the mixing water will enter the drum in advance of the
cement and aggregate. All of the mixing water shall be in the drum by the end of the first one-
fourth of the specified mixing time. Water used to flush down the blades after charging shall be
accurately measured and included in the quantity of mixing water. The introduction of the initial
mixing water, except blade wash down water and that permitted in this Article, shall be prior to or
simultaneous with the charging of the aggregates and cement.
The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When
used as an agitator only, the loading shall not exceed 80 percent of the drum volume.
When Ready-Mix Concrete is used, additional mortar (one sack cement, three parts sand and
sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this
shall be required for every load of Class C concrete only and for the first batch from central mix
plants.
A portion of the mixing water, required by the batch design to produce the desired slump, may be
withheld and added at the job site, but only with permission of the Engineer and under his
supervision. When water is added under the above conditions, it shall be thoroughly mixed as
specified below for water added at the job site.
Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch
(containing all the required ingredients) shall be mixed not less than 70 nor more than 100
revolutions of the drum at mixing speed except that when water is added at the job site, 25
revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water
throughout the mix. Mixing speed shall be as designated by the manufacturer.
All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed
shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous
motion from the time mixing is started until the discharge is completed.
12. PLACING, CURING AND FINISHING
The placing of concrete, including construction of forms and falsework, curing and finishing, shall
be in accordance with City Standard Specification Section 038000 "Concrete Structures".
13. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications
which will constitute the completed and accepted structure(s) in-place will be measured by the
cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will
be as shown on the drawings and/or in the Bid Form.
Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing
all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal
flashing strips; furnishing and placing expansion joint material required by this specification or
shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals
necessary to complete the work.
030020
Page 13 of 13
Rev.10-30-2014
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.
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
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 Grade 75
#3 thru#8 6d --
#9, #10 8d --
#11 8d 8d
#14, #18 10d --
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 Diemen. = 3/4" _1
7/8" Bar or Smollar--Plan- Dimon. ; 1/27
h 1" Bar or Larger--Plan. Mmen. ; 1�
3✓
1-1= over 6"--aemen.+ Zero or -I/Z7
H = 6 a-`nd less-Dimon. • Zero or
14
7/8" Bar or Smaller--Pion Dimon_ ; 1/20
r-
l" Bar or 1_arger—Place Diemen. s I"
piral or
Circular Tie
Tie: or
Stirstap
gPIonDimon;-*-IY Plan Cm-=.=1/2
5. STORING
Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other
supports, and shall be protected as far as practicable from mechanical injury and surface
deterioration caused by exposure to conditions producing rust. When placed in the work,
reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement
shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface
irregularities or mill scale will not be cause for rejection,provided the minimum dimensions, cross-
sectional area and tensile properties of a hand wire crushed specimen meets the physical
requirements for size and grade of steel specified.
6. SPLICES
No splicing of bars, except when provided on the plans or specified herein, will be permitted
without written approval of the Engineer.
Splices will not be permitted in main reinforcement at points of maximum stress. When permitted
in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths.
032020
Page 4of6
Rev.10-30-2014
TABLE I
Minimum Lap Requirements
Lap Uncoated Coated
Lap in inches > 40d 60d
Where: d=bar diameter in inches
Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All
welding operations, processes, equipment, materials, workmanship and inspection shall conform to
the requirements of the drawings and industry standards. All splices shall be of such dimension and
character as to develop the full strength of bar being spliced.
End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be
of sufficient length to permit this practice.
For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a
20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a
minimum of 6 inches lap will be required.
Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum
embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall
have a minimum embedment of 12 inches.
7. PLACING
Reinforcement shall be placed as near as possible in the position shown on the plans. Unless
otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars.
In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan
placement by more than one-twelfth of the spacing between bars. In the plane of the steel
perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more
than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above
requirements but shall never be less than one inch or as otherwise shown on the plans.
Vertical stirrups shall always pass around the main tension members and be attached securely
thereto. The reinforcing steel shall be spaced its required distance from the form surface by means
of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers,
plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on
the project, representative samples of the plastic shall show no visible indications of deterioration
after immersion in a 5 percent solution of sodium hydroxide for 120 hours.
All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot
in each direction, alternate intersections only need be tied.
Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or
concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in
molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or
032020
Page 5 of 6
Rev.10-30-2014
cotton mats for a period of 72 hours.
The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed
against the forms.
A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in
unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to
be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent
thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to
the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free
of surface imperfections.
Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is
provided. If the cage is not adequately supported to resist settlement or floating upward of the steel,
overturning of truss bars or movement in any direction during concrete placement, permission to
continue concrete placement will be withheld until corrective measures are taken. Sufficient
measurements shall be made during concrete placement to insure compliance with the first
paragraph of Article 7 of this specification.
Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be
fastened securely at the ends and edges.
No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing
steel and given permission to proceed.
8. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the
various items shown in the Bid Form and shall not be measured and paid for as a separate item.
032020
Page 6 of 6
Rev.10-30-2014
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 conforin to the following requirements. The material shall adhere to the
sides of the concrete joint or crack and shall form an effective seal against infiltration of
water and incompressibles. The material shall not crack or break when exposed to low
temperatures.
038000
Page 1 of 19
Rev.3-25-2015
1. Class 1-a. (Two-Component, Synthetic Polymer,Cold-Extruded Type). Curing
is to be by polymerization and not by evaporation of solvent or fluxing of harder
particles. This type is specifically designed for vertical or sloping joints and
hence not self-leveling. It shall cure sufficiently at an average temperature of 77
degrees F ± 3 degrees F in a maximum of 24 hours. For performance
requirements see under 2.(2)(b)2. below.
2. Class 1-b. (Two-Component, Synthetic Polymer, Cold-Pourable, Self-Leveling
Type). Curing is to be by polymerization and not by evaporation of solvent or
fluxing of harder particles. It shall cure sufficiently at an average temperature of
77 degrees F ± 3 degrees F in a maximum of 3 hours.
Performance Requirements: Class 1-a and Class 1-b joint materials,when tested in
accordance with TxDOT Test Method Tex-525-C, shall meet the above curing times
and the following requirements:
It shall be of such consistency that it can be mixed and poured, or mixed and
extruded into joints at temperatures above 60 degrees F.
Penetration, 77'F.:
150 gm. cone, 5 sec., max., cm.................. 0.90
Bond and Extension 75%, O°F, 5 cycles:
Dry Concrete Blocks............................ Pass
Wet Concrete Blocks............................ Pass
Steel Blocks...(Primed if specified by manu£). Pass
Flow at 200' F................................. None
Water Content %by weight, max................. 5.0
Resilience:
Original sample min. % (cured)................. 50
Oven aged at 158'F min. % .................... 50
For Class 1-a Material Only:
Cold Flow (10 min.)............................ None
(c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016-inch asphalt
impregnated paper,filled with a mastic mixture of asphalt and vegetable fiber and/or mineral
filler. Boards shall be smooth,flat and sufficiently rigid to permit installation. When tested
in accordance with TxDOT Test Method Tex-524-C,the asphalt board shall not deflect from
the horizontal more than one inch in three and one-half inches (1" in 3'/2").
(d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed-
cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the
dimensions shown on plans.
Filler material shall have the following physical properties and shall meet the requirements of
ASTM Designation: D 1752"Standard Specification for Preformed Sponge Rubber and Cork
Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where
applicable:
038000
Page 2 of 19
Rev.3-25-2015
PROPERTY METHOD REQUIREMENT
Color ASTM D1752, Type 1 Black
Density ASTM D1752, Type 1 40 lb./ft' Min.
Recovery ASTM D1752, Type 1 90% Min.
Compression ASTM D1752, Type 1 50 to 500 psi
Extrusion ASTM D1752, Type 1 0.25 inch Max.
Tensile Strength ASTM D1752, Type 1 20 psi Min.
Elongation 75% Min.
The manufacturers shall furnish the Engineer with certified test results as to compliance with
the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for
approval.
(3) Curing Materials.
(a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard
Specification for Liquid Membrane-Forming Compounds for Curing Concrete",Type 1 clear
or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point
of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method".
It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing
nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40
degrees F.
It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor
react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive
dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The
compound shall produce a firm,continuous,uniform moisture impermeable film free from pinholes
and shall adhere satisfactorily to the surfaces of damp concrete. It shall,when applied to the damp
concrete surface at the rate of coverage specified herein,be dry to the touch in not more than 4 hours,
and shall adhere in a tenacious film without running off or appreciable sagging. It shall not
disintegrate, check, peel or crack during the required curing period.
The compound shall not peel or pick up under traffic and shall disappear from the surface of the
concrete by gradual disintegration.
The compound shall be delivered to the job only in the manufacturer's original containers, which
shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch
number or symbol with which test samples may be correlated.
The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage
loss shall be defined as the water lost after the application of the curing material was applied. The
permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the
038000
Page 3 of 19
Rev.3-25-2015
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 j oint 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 (I") of the joint shall be filled with joint sealing material.
Finished joints shall conform to the indicated outline with the concrete sections completely separated
by the specified opening or joint material.
Soon after form removal and again where necessary after surface finishing, all projecting concrete
shall be removed along exposed edges to secure full effectiveness of the expansion joints.
4. CONSTRUCTION JOINTS
The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial
set shall be deemed a construction joint. The teen "monolithic placement" shall be interpreted to
mean at the manner and sequence of concrete placing shall not create construction joints.
Construction joints shall be of the type and at the locations shown on the plans. Additional joints
will not be permitted without written authorization from the Engineer, and when authorized, shall
have details equivalent to those shown on the plans for joints in similar locations.
Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads
shall be provided in the forms for all joints, except when horizontal.
Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The
038000
Page 4 of 19
Rev.3-25-2015
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 j ob
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.
038000
Page 5 of 19
Rev.3-25-2015
(2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from
imperfections which would affect its strength or impair the finished surface of the concrete. The
lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be
sized to uniform thickness.
Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets
and manholes; surfaces that are subsequently covered by backfill material or are completely
enclosed; and, any surface formed by a single finished board. Lining will not be required when
plywood forms are used.
Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting,
such as polyethylene sheets, shall not be used for form lining.
Forms may be constructed of plywood not less than one-half inch in thickness,with no form lining
required. The grain of the face plies on plywood forms shall be placed parallel to the span between
the supporting studs or joists.
Plywood used for forming surfaces that remain exposed shall be equal to that specified as B-B
Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of
Standards and Technology, latest edition.
Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber
which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be
used and, if condemned, shall be promptly removed from the work.
Studs and joists shall be spaced so that the facing form material remains in true alignment under the
imposed loads.
Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at
least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the
bottom of each placement.
Facing material shall be placed with parallel and square joints and securely fastened to supporting
studs.
Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the
form panels symmetrical,i.e.,long dimensions set in the same direction. Horizontal joints shall be
continuous.
Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not
split when nailed and which can be maintained to a true line without warping. Wood molding shall
be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp
corners and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides.
Forms for railing and ornamental work shall be constructed to standards equivalent to first-class
millwork. All moldings,panel work and bevel strips shall be straight and true with nearly mitered
joints designed so the finished work is true, sharp and clean cut.
038000
Page 6 of 19
Rev.3-25-2015
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 forins in place
and shall be of a type that permits ease of removal of the metal as hereinafter specified.
All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at
least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be
removed without undue chipping or spalling,and when removed,shall leave a smooth opening in the
concrete surface. Burning off of rods, bolts or ties will not be permitted.
Any wire ties used shall be cut back at least one-half inch (1/2") from the face of the concrete.
Devices holding metal ties in place shall be capable of developing the strength of the tie and
adjustable to allow for proper alignment.
Metal and wooden spreaders which are separate from the forms shall be removed entirely as the
concrete is being placed.
Adequate clean-out openings shall be proved for narrow walls and other locations where access to
the bottom of the forms is not readily attainable.
Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking
coating of such composition that it will not discolor or otherwise injuriously affect the concrete
surface. Care shall be exercised to prevent coating of the reinforcing steel.
(3) Metal Forms. The foregoing requirements for timber forms regarding design,mortar-tightness,
filleted corners,beveled projections,bracing,alignment,removal,reuse and wetting shall also apply
to metal forms, except that these will not require lining, unless specifically noted on the plans.
The thickness of form metal shall be as required to maintain the true shape without warping or
bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps,pins or other
connecting devices shall be designed to hold the forms rigidly together and to allow removal without
injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall
not be used. Metal shall be kept free from rust, grease or other foreign materials.
6. PLACING REINFORCEMENT
Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as
provided in the City Standard Specification Section 032020 'Reinforcing Steel". Reinforcing steel
supports shall not be welded to I-beams or girders.
7. PLACING CONCRETE-GENERAL
The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F.
038000
Page 7 of 19
Rev.3-25-2015
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
A,itated 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 pei7nitted when impending weather conditions will impair the quality
of the finished work. If rainfall should occur after placing operations are started,the Contractor shall
provide ample covering to protect the work. In case of drop in temperature,the provisions set forth
in Article "Placing Concrete in Cold Weather" of this specification shall be applied.
The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not
exceed the loads used in form design.
038000
Page 8 of 19
Rev.3-25-2015
The method of handling, placing and consolidation of concrete shall minimize segregation and
displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete
shall not have a free fall of more than 5 feet,except in the case of thin walls such as in culverts. Any
hardened concrete spatter ahead of the plastic concrete shall be removed.
The method and equipment used to transport concrete to the forms shall be capable of maintaining
the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes,
buggies,belt conveyors,pumps or other acceptable methods.
When belt conveyors or pumps are used, sampling for testing will be done at the discharge end.
Concrete transported by conveyors shall be protected from sun and wind,if necessary,to prevent loss
of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped
with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be
transported through aluminum pipes, tubes or other aluminum equipment.
Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will
not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards
or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in
vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or
through holes left in them. All transporting equipment shall be kept clean and free from hardened
concrete coatings. Water used for cleaning shall be discharged clear of the concrete.
Each part of the forms shall be filled by depositing concrete as near its final position as possible.
The coarse aggregate shall be worked back from the face and the concrete forced under and around
the reinforcement bars without displacing them. Depositing large quantities at one point and running
or working it along the forms will not be allowed.
Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in
thickness, unless otherwise directed by the Engineer.
The sequence of successive layers or adjacent portions of concrete shall be such that they can be
vibrated into a homogenous mass with the previously placed concrete without a cold j oint. Not more
than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized
construction joints shall be avoided by placing all concrete between the authorized joints in one
continuous operation.
An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in
mass placements where differential settlement and/or setting time may induce stress cracking.
Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any
kind.
All forms shall be wetted thoroughly before the concrete is placed therein.
All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous
working with immersion type vibrators. Vibrators which operate by attachment to forms or
reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be
038000
Page 9 of 19
Rev.3-25-2015
provided for emergency use in addition to those required for placement.
The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a
systematic spacing of the points of vibration shall be established to insure complete consolidation
and thorough working of the concrete around the reinforcement, embedded fixtures, and into the
corners and angles of the forms. Immersion type vibrators shall be inserted vertically,at points 18 to
30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal
position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to
penetrate several inches into the preceding lift. Concrete along construction joints shall be
thoroughly consolidated by operating the vibrator along and close to but not against the joint surface.
The vibration shall continue until thorough consolidation,and complete embedment of reinforcement
and fixtures is produced,but not long enough to cause segregation. Vibration may be supplemented
by hand spading or rodding, if necessary,to insure the flushing of mortar to the surface of all forms.
Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete
batches over completed slabs will not be permitted until they have aged at least four(4)full curing
days. If carts are used,timber planking will be required for the remainder of the curing period. Carts
shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of
wheeling concrete over finished slabs.
After concrete has attained its initial set,at least one(1)curing day shall elapse before placing strain
on projecting reinforcement to prevent damage to the concrete.
The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided
and, when permitted, shall be limited to quantities and distribution that will not induce excessive
stresses.
8. PLACING CONCRETE IN COLD WEATHER
(1) Cast-in-Place Concrete. Concrete may be placed when the atmospheric temperature is not less
than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or
having a temperature less than 32 degrees F.
Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the
minimum specified concrete temperature,the aggregate and/or the water shall be heated uniformly,
in accordance with the following:
The water temperature shall not exceed 180 degrees F,and/or the aggregate temperature shall
not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly.
The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85
degrees F before introduction of the cement.
All concrete shall be effectively protected as follows:
(a) The temperature of slab concrete of all unformed surfaces shall be maintained
at 50 degrees F or above for a period of 72 hours from time of placement and above
40 degrees F for an additional 72 hours.
038000
Page 10 of 19
Rev.3-25-2015
(b) The temperature at the surface of all concrete in piers, culverts walls,retaining
walls,parapets,wingwalls,bottoms of slabs,and other similar formed concrete shall
be maintained at 40 degrees F or above for a period of 72 hours from time of
placement.
(c) The temperature of all concrete, including the bottom slabs of culverts placed
on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours
from time of placement.
Protection shall consist of providing additional covering, insulated forms or other means, and if
necessary, supplementing such covering with artificial heating. Curing as specified under Article
"Curing Concrete"of this specification shall be provided during this period until all requirements for
curing have been satisfied.
When impending weather conditions indicate the possibility of the need for such temperature
protection, all necessary heating and covering material shall be on hand ready for use before
permission is granted to begin placement.
Sufficient extra test specimens will be made and cured with the placement to ascertain the condition
of the concrete as placed, prior to form removal and acceptance.
(2) Precast Concrete. A fabricating plant for precast products which has adequate protection from
cold weather in the form of permanent or portable framework and covering, which protects the
concrete when placed in the forms, and is equipped with approved steam curing facilities,may place
concrete under any low temperature conditions provided:
(a) The framework and covering are placed and heat is provided for the concrete and the
forms within one hour after the concrete is placed. This shall not be construed to be one hour
after the last concrete is placed,but that no concrete shall remain unprotected longer than one
hour.
(b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85
degrees F for a minimum of three hours prior to beginning the temperature rise which is
required for steam curing.
(c) For fabricating plants without the above facilities and for job site precast products,the
requirements of the Article "Curing Concrete" of this specification shall apply.
The Contractor is responsible for the protection of concrete placed under any and all weather
conditions. Permission given by the Engineer for placing concrete during freezing weather will in no
way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed
under nonnal conditions. Should concrete placed under such conditions prove unsatisfactory,it shall
be removed and replaced at no additional cost.
038000
Page 11 of 19
Rev.3-25-2015
9. PLACING CONCRETE IN WATER
Concrete shall be deposited in water only when specified on the plans or with written permission by
the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current
passing through the space in which the concrete is being deposited. Pumping will not be permitted
during the concrete placing, nor until it has set for at least 36 hours.
The concrete shall be placed with a tremie, closed bottom-dump bucket, or other approved method,
and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been
placed. The concrete surface shall be kept approximately level during placement.
The tremie shall consist of a water-tight tube 14 inches or less in diameter. It shall be constructed so
that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall
be supported so that it can be easily moved horizontally to cover all the work area and vertically to
control the concrete flow.
Bottom-dump buckets used for underwater placing shall have a capacity of not less than one-half
cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed
and raised very slowly during the upward travel; the intent being to maintain still water at the point
of discharge and to avoid agitating the mixture.
The placing operations shall be continuous until the work is complete.
10. PLACING CONCRETE IN BOX CULVERTS
In general, construction joints will be permitted only where shown on the plans.
Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height,
an interval of not less than one (1) nor more than two (2)hours shall elapse before placing the top
slab to allow for shrinkage in the wall concrete.
The base slab shall be finished accurately at the proper time to provide a smooth uniform surface.
Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article"Finish
of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish.
11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE
Concrete shall not be placed in footings until the depth and character of the foundation has been
inspected by the Engineer and permission has been given to proceed.
Placing of concrete footings upon seal concrete courses will be permitted after the caissons or
cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or
bailing during the concreting operation shall be done from a suitable sump located outside the forms.
All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the
work proceeds to prevent unauthorized construction joints in footings or shafts.
038000
Page 12 of 19
Rev.3-25-2015
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
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 anyone test when tested in accordance with TxDOT Test Method Tex-436-A. Should
the texture depth fall below that intended, the finishing procedures shall be revised to produce the
desired texture.
After the concrete has attained its final set, the roadway surface shall be tested with a standard 10-
foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any
depressions and touch high spots. Ordinates of irregularities measured from the face of the
straightedge to the surface of the slab shall not exceed one-eighth of an inch(1/8"),making proper
allowances for camber,vertical curvature and surface texture. Occasional variations,not exceeding
three-sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not
affect the riding qualities.
When directed by the Engineer, irregularities exceeding the above requirements shall be corrected.
In all roadway slab finishing operations,camber for specified vertical curvature and transverse slopes
shall be provided.
14. CURING CONCRETE
The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing;
shall provide the proper equipment and material in adequate amounts; and shall have the proposed
methods, equipment and material approved prior to placing concrete.
Inadequate curing and/or facilities, therefore,shall be cause for the Engineer to stop all construction
on the job until remedial action is taken. All concrete shall be cured for a period of four(4) curing
days except as noted herein.
038000
Page 14 of 19
Rev.3-25-2015
EXCEPTIONS TO 4-DAY CURING
Description Required Curing
Upper Surfaces of Bridge Slabs and 8 curing days (Type I or III) cement
Top Slabs of Direct Traffic Culverts 10 curing days (Type II cement)
Concrete Piling (non-prestressed) 6 curing days
When the air temperature is expected to drop below 35 degrees F,the water curing mats shall
be covered with polyethylene sheeting, burlap-polyethylene blankets or other material to
provide the protection required by Article "Placing Concrete in Cold Weather" of these
specifications.
A curing day is defined as a calendar day when the temperature, taken in the shade away from
artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are
made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24
hours). The required curing period shall begin when all concrete therein has attained its initial set.
The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the
following requirements for each method of curing.
(1) Form Curing. When forms are left in contact with the concrete, other curing methods will not
be required except for cold weather protection.
(2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the
required curing time. The water used for curing shall meet the requirements for concrete mixing
water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will
not be permitted. Water which stains or leaves an unsightly residue shall not be used.
(a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as
soon as possible after the surface has sufficiently hardened to prevent damage to the concrete.
(See Article, 'Placing Concrete" of this specification.) Damp burlap blankets made from
nine-ounce stock may be placed on the damp concrete surface for temporary protection prior
to the application of the cotton mats which may be placed dry and wetted down after
placement.
The mats shall be weighted down adequately to provide continuous contact with all concrete
surfaces where possible. The surfaces of the concrete shall be kept wet for the required
curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and
anchored positively to the forms or to the ground so that outside air cannot enter the
enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of
the concrete wet.
(b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that
keep all unformed surfaces continuously wet.
(c) Pondin . This curing method requires the covering of the surfaces with a minimum of
two inches (2") of clean granular material, kept wet at all times, or a minimum of one-inch
038000
Page 15 of 19
Rev.3-25-2015
(1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the
water or saturated granular material.
(3) Membrane Curing. This consists of curing concrete pavement,concrete pavement(base),curbs,
gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement-stabilized riprap,
concrete structures and other concrete as indicated on the plans by impervious membrane method.
Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane
curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be
required for slab concrete in bridge decks and top slabs of direct traffic culverts.
TABLE 1
REQUIRED PERMITTED
MEMBRANE MEMBRANE
STRUCTURE UNIT WATER FOR WATER FOR
DESCRIPTION FOR INTERIM FOR INTERIM
CURING CURING CURING CURING
1 Top slabs of direct
traffic culverts X X
2 Top surface of
any concrete unit upon
which concrete is to
be placed and bonded at
a later interval
(Stub walls, risers, etc.). X
Other superstructure
concrete (wing walls,
parapet walls, etc.)
3 Concrete pavement
(base), curbs, gutters,
retards, sidewalks,
driveways, medians, X* X*
islands, concrete
structures, concrete
riprap, etc.
4 All substructure
concrete, culverts, box
sewers, inlets, X* X*
manholes, retaining
walls
*Polyethylene sheeting, burlap-polyethylene mats or laminated mats to prevent outside air
from entering will be considered equivalent to water or membrane curing for items 3 and 4.
038000
Page 16 of 19
Rev.3-25-2015
Membrane curing shall not be applied to dry surfaces,but shall be applied just after free moisture has
disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and
shall be moist at the time of application of the membrane.
When membrane is used for complete curing, the film shall remain unbroken for the minimum
curing period specified. Membrane which is damaged shall be corrected immediately by
reapplication of membrane. Unless otherwise noted herein or on the plans,the choice of membrane
type shall be at the option of the Contractor. Only one type of curing compound will be permitted on
any one structure.
The membrane curing compound shall be applied after the surface finishing has been completed,and
immediately after the free surface moisture has disappeared. The surface shall be sealed with a
single uniform coating of curing compound applied at the rate of coverage recommended by the
manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area.
The Contractor shall provide satisfactory means and facilities to properly control and check the rate
of application of the compound.
The compound shall be thoroughly agitated during its use and shall be applied by means of approved
mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement
or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically
driven. The equipment shall be of such design that it will insure uniform and even application of the
membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on
small miscellaneous items will the Contractor be permitted to use hand-powered spray equipment.
For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the
compound between the nozzle and the concrete surface during the spraying operations.
The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry,
it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or
coarse spraying will not be allowed.
At locations where the coating shows discontinuities,pinholes or other defects,or if rain falls on the
newly-coated surface before the film has dried sufficiently to resist damage,an additional coat of the
compound shall be applied immediately at the same rate of coverage specified herein.
To insure proper coverage, the Engineer shall inspect all treated areas after application of the
compound for the period of time designated in the governing specification for curing, either for
membrane curing or for other methods. Should the foregoing indicate that any area during the curing
period is not protected, an additional coat or coats of the compound shall be applied immediately,
and the rate of application of the membrane compound shall be increased until all areas are
uniformly covered.
When temperatures are such as to warrant protection against freezing,curing by this method shall be
supplemented with an approved insulating material capable of protecting the concrete for the
specified curing period.
If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental
038000
Page 17 of 19
Rev.3-25-2015
to the work,the Contractor,when notified, shall immediately cease the use of this method and shall
change to curing by one of the other methods specified under this contract.
15. REMOVAL OF FORMS
Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged
not less than one day(24 hours)when Type I and Type II cement is used, and not less than one-half
day (12 hours) when Type III cement is used, provided it can be done without damage to the
concrete.
Forms for inside curb faces may be removed in approximately three hours provided it can be done
without damage to the curb.
16. FINISHING EXPOSED SURFACES
Concrete shall be finished as required in the specification Section for the respective item or as
otherwise specified on the plans.
An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or
preparatory to a higher finish.
Ordinary Surface Finish shall be as follows:
After form removal,all porous or honey-combed areas and spalled areas shall be corrected by
chipping away all loose or broken material to sound concrete.
Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow
cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the
Engineer, large defective areas shall be corrected using concrete or other material approved
by the Engineer.
Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with
adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by
rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired.
All fins,runs, drips or mortar shall be removed from surfaces which remain exposed. Form
marks and chamfer edges shall be smoothed by grinding and/or dry rubbing.
Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher
grade of finish. Discolorations resulting from spillage or splashing of asphalt,paint or other
similar material shall be removed.
Repairs shall be dense, well bonded and properly cured, and when made on surfaces which
remain exposed and do not require a higher finish, shall be finished to blend with the
surrounding concrete.
038000
Page 18 of 19
Rev.3-25-2015
17. MEASUREMENT AND PAYMENT
Unless otherwise specified on the Bid Form,no direct measurement or payment will be made for the
work to be done or the equipment to be furnished under this specification,but it shall be considered
subsidiary to the particular items required by the plans and the contract documents.
038000
Page 19 of 19
Rev.3-25-2015
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIAL PROVISIONS
These Technical Special Provisions amend or supplement the Technical
Specifications and other provisions of the Contract Documents. All
provisions which are not so amended or supplemented remain in full force and
effect.
ARTICLE TS-1 DEFINITIONS
Design Specification - Whenever the term "Design Specification" is used, it
shall be understood that the performance of the completed work is as
designed by the ENGINEER, and the CONTRACTOR must follow the requirements of
the drawings and specifications; followed the manufacturer's recommendations
(material and equipment) ; followed industry standard procedures and provided
top quality workmanship.
Performance Specification - Whenever the term "Performance Specification" is
used, it shall be understood that the performance of the completed work is
the responsibility of the CONTRACTOR, provided the OWNER has faithfully
followed all written operational and maintenance instructions supplied by
the CONTRACTOR. (The CONTRACTOR is not relieved of the responsibility for
improper performance of the completed work even if there was improper
operation and/or maintenance by the OWNER but it obviously was not the cause
of improper performance. ) In a performance specification, the CONTRACTOR is
responsible for the design of the item furnished and installed by him. It is
intended that the item function properly without excessive operation and
maintenance being required by the OWNER. The item furnished must incorporate
the features specified but still perform as intended. The materials
specified are to set a minimum standard but shall not be considered a
design. If the design furnished by the CONTRACTOR requires higher quality
material in order to perform as intended, it shall be furnished at no
increase in cost to the Contract amount. When minimum dimensions are
specified, they shall not be considered a design. If the design furnished by
the CONTRACTOR requires larger dimensions in order to perform as intended,
it shall be furnished at no increase in cost to the Contract amount.
Work - Whenever the word "Work" is used it shall be understood as referring
to all materials, supplies, machinery, equipment, plant, tools,
superintendence, labor, bonds, insurance, water, light, power, fuel,
transportation, royalty fees and any other facilities necessary to the
proper execution and completion of the project. The Contractor shall
provide a pay for all the aforementioned items.
ARTICLE TS-2 LAYOUT OF THE WORK
The Contractor shall layout the work from the existing facilities. If, for
whatever reason, it is necessary to deviate from proposed line and grade to
properly execute the work, the Contractor shall obtain approval of the
Engineer prior to deviation. If, in the opinion of the Engineer, the
required deviation would necessitate a revision to the Drawings, the
Contractor shall provide supporting measurements as required by the
Engineer.
Technical Special Provisions
Page I of 1
01200 - EXISTING OBSTRUCTIONS
1.0 GENERAL:
The drawings show the locations of all known surface and subsurface
structures. In the case of underground obstructions such as existing
water, sewer, storm sewer, gas, electrical or other utility lines
that are not shown on the drawings, their location is not guaranteed.
The Owner assumes no responsibility for failure to show any or all
these structures on the drawings or to show them in their exact
location. It is assumed, that, the Contractor has thoroughly
inspected the site, is informed as to the correct location of surface
structures, and has included the cost of such incidental work in the
price bid, and has considered and allowed for all foreseeable
incidental work due to variable sub-surface conditions, whether such
conditions and such work are fully and properly described on the
drawings or not. Minor changes and variations of the work specified
and shown on the drawings shall be expected by the Contractor and
allowed for as incidental to the satisfactory completion of a whole
and functioning work or improvement.
2.0 ABANDONED LINES:
When a line is uncovered that is not necessary for the proper
operation of the proposed improvements, the Contractor shall notify
the Engineer for further review.
3.0 SERVICE LINES:
When an un-shown line is uncovered that must remain in service for
the proper operation of the proposed improvements, the Contractor
shall notify the Engineer for further review.
4.0 TRENCHING AHEAD:
4.01 General:
The Contractor is required to conduct trenching operations in a
manner which will allow conflicts to be anticipated thereby allowing
measures to be taken in certain cases to circumvent the conflict.
Specifically the Contractor shall do the following:
a. Trenching shall be performed a minimum of 100 feet (or the total
length of the trench) ahead of pipe laying operations. Pilot
Trenches may be used at the Contractor's option.
b. If un-shown buried lines are discovered which may cause conflict,
Contractor shall stop pipe-laying operations and notify Engineer
of discovery.
01200 - Existing Obstructions
Page 1 of 2
4.02 Grade Alignment of Pipes in Pressure Service:
("Pressure Service" is defined as any system subject to a
hydrodynamic or hydrostatic head induced by pumping or a reservoir of
fluid. ) If a conflict can be avoided by adjusting grades up or down
and no additional fittings are required, no claim for additional
compensation for extra work will be considered.
4.03 Avoidable Conflicts :
Are those conflicts occurring because of the Contractor's failure to
comply with 4.01 and which could have been avoided by grade
adjustment in accordance with 4 .02 .
5.0 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS:
The contractor is required to carry out pre construction exploratory
excavation as described in Article 19 - Project Management of the
General Conditions.
01200 - Existing Obstructions
Page 2 of 2
02203 UTILITY EASEMENT CLEARING AND RESTORATION
1.0 GENERAL REQUIREMENTS
1.01 SCOPE
This specification shall govern for all work necessary to clear and
restore the utility easement for the installation of the water
transmission main as required to complete the project
1.02 SPECIFICATION TYPE
This specification is a performance specification as defined in
Article TS-1 of the Technical Special Provisions .
1.03 INTENT
It is the intent of this specification that the utility easement be
restored (area disturbed by the Contractor's operation) to at least
a condition equal to what it was before construction began.
2.0 BRUSH AND TREES IN CONFLICT WITH CONSTRUCTION
2.01 BRUSH
Brush is defined as any bush or tree other than oak trees, pecan
trees, mesquite trees or hackberry trees. The Contractor shall
remove brush as is necessary for him to install the water
transmission main. Any brush removed shall be loaded, hauled and
legally disposed of by the Contractor.
2.02 TREES
Unless specifically identified on the drawings that they may be
removed, trees shall be protected. Any trimming of trees is subject
to the approval of the City and the Engineer. Whenever practical,
the Contractor shall bore or tunnel under trees in yards and parking
areas or when near the line of trench.
2.03 DISPOSAL
Any brush, trees or any similar material removed shall be loaded,
hauled and legally disposed of by the Contractor.
3.0 RESTORATION
3.01 HIGHWAYS, COUNTY ROADS, STREETS AND DRIVES
When the proposed pipe line crosses county roads, state highways,
streets and driveways that intersect the water transmission main,
the Contractor shall restore the roadway to existing condition and
follow any specific requirements set out on the drawings,
specifications or applicable permits.
02203 Utility Easement Clearing and Restoration
Page 1 of 4
3.02 BRUSH AND TREED AREAS
All disturbed areas shall be cleared of debris, disked and raked to
their original grade and seeded (See also Standard Specification
028020 for type and application rate of seed) .
3.03 GRASSED YARDS
All disturbed areas shall be cleared of debris, disked and raked to
their original grade and block sodded (See also Standard
Specification 028040 for details on sodding) .
3.04 CULTIVATED FIELDS
All excavated areas shall have the top soil stripped up to a depth
of 18" from top and the topsoil shall then be stored. After
backfill is complete in accordance with plans and technical
specifications, the stockpiled topsoil shall he placed over the
excavated area. The entire construction area (permanent easement
and temporary construction easement) shall then he disked and raked.
3.05 FENCES
All fences affected by the construction of the water transmission
main shall be relocated and maintained by the Contractor during
construction. Fences which interfere with construction operation
shall not be relocated or dismantled until written permission is
obtained from the Owner of the fence, and the period the fence may
be left relocated or dismantled has been agreed upon. Where fences
must be maintained across the construction easement, adequate gates
shall be installed. Gates shall he kept closed and locked at all
times when not in use. Dismantling, relocation and restoration shall
follow Standard Specification 028300.
4 .0 SCHEDULE OF RESTORATION
4 .01 GENERAL
The following is a general description of the main areas which will
require restoration. The Contractor is responsible to ensure that
all areas disturbed by construction are restored to existing
conditions.
4.02 SCHEDULE
FM 43 (WEBER STREET) SEGMENT - PHASE 2
Specified Restoration
Item Station Ground Cover (See above Section as
listed below)
From To
1 0+00 51+68 Cultivated 3.04
02203 Utility Easement Clearing and Restoration
Page 2 of 4
SH 286 (SOUTH) SEGMENT - PHASE 3
Specified Restoration
Item Station Ground Cover (See above Section as
listed below)
From To
1 1+08 26+42 Cultivated 3.04
2 26+42 36+32 Grassed Yards 3.03
3 36+32 52+50 Cultivated 3.04
4 52+50 53+00 CR 22-Asphalt 3.01
5 53+34 55+00 Auger Bore
6 55+00 57+68 Brush/Treed 3.02
7 57+68 59+10 Brush/Treed 3.02
8 59+10 61+00 Cultivated 3.04
9 61+00 62+00 Brush/Treed 3.02
10 62+00 70+45 Cultivated 3.04
11 70+45 70+70 Brush/Treed 3.02
12 70+70 70+80 Road Asphalt 3.01
13 70+80 71+80 Cultivated 3. 04
14 71+80 72+15 Brush/Treed 3.02
15 72+15 73+80 Cultivated 3.04
16 73+80 73+90 Road Asphalt 3.01
17 73+90 83+60 Cultivated 3.04
18 83+60 83+70 CR20A-Asphalt 3.01
19 83+70 87+35 Cultivated 3.04
20 87+35 90+57 Demolished Houses
21 90+57 93+89 Cultivated 3.04
22 93+87 97+15 Brush/Treed 3.02
23 95+94 109+04 Horizontal Directional Bore
24 109+04 111+00 Brush/Treed 3.02
25 111+00 138+18 Cultivated 3.04
26 138+18 139+45 FM 2444
(Staples Street) - Asphalt 3.01
FM 2444 (STAPLES STREET) SEGMENT - PHASE 5
1 1+78 3+52 Cultivated 3.04
2 3+52 7+25 Brush/Treed 3.02
3 7+25 9+11 Auger Bore
4 9+11 34+11 Cultivated 3.01
5 34+71 43+15 Horizontal Directional Bore
6 43+15 59+00 Cultivated 3. 04
7 59+00 60+58 Brush/Treed 3.02
02203 Utility Easement Clearing and Restoration
Page 3 of 4
Specified Restoration
Item Station Ground Cover (See above Section as
listed below)
From To
8 60+58 60+79 Road Asphalt 3.01
9 60+79 61+27 Cultivated 3.04
SH 286 (NORTH) SEGMENT - PHASE 4
1 0+70 1+85 Auger Bore
2 1+85 20+60 Cultivated 3.04
3 20+60 21+14 Auger Bore
4 21+14 26+80 Brush/Treed 3.02
5 26+80 27+17 Auger Bore
6 27+17 29+21 Brush/Treed 3.02
LATERAL A
1 0+00 3+20 Cultivated 3.04
2 3+20 4+19 Auger Bore
3 4+19 5+55 Cultivated 3.04
LATERAL B
1 0+00 960 TxDOT ROW
LATERAL C
1 0+00 1+60 Cultivated 3.04
2 1+60 320 Brush/Treed 3.02
3 3+20 3+95 Auger Bore
4 3+95 4+19 TxDOT ROW
LATERAL D
1 0+00 0+20 Cultivated 3. 04
2 0+20 1+40 Auger Bore
3 1+40 1+50 Cultivated 3. 04
02203 Utility Easement Clearing and Restoration
Page 4 of 4
02341 - GUIDED BORING AND CASING (Pilot Tube Method)
1.0 GENERAL REQUIREMENTS
The pilot tube auger boring method (PTAB) is a multi-stage process
of accurately installing a utility and casing pipe by guided pilot
tube, followed by progressive upsizing of the pilot hole. The work
is typically performed using traditional auger boring equipment to
advance the pilot tube, casing and product pipe. The location of
the pilot tube is controlled through the use of a theodolite
guidance system and video monitoring of an illuminated target.
1 . 01 SCOPE
This specification shall govern for all work necessary to carry out
the PTAB and casing of roads and railroads required to complete the
project. This includes, furnishing and installing water line and
casing pipe by guided auger boring (pilot tube method) including lay
out, joining the pipe, boring the pilot hole, augering to upsize the
hole, pushing the casing into place, furnishing/installing the
carrier pipe, casings spacers, joint restraint and other associated
activities required to complete the auger boring work. Acceptable
alternative trenchless methods include slurry micro-tunneling. The
Contractor shall not utilize any other trenchless method without
written authorization from the Engineer.
1 . 02 SPECIFICATION TYPE
This specification is a performance specification as defined in
Article TS-1 of the Technical Special Provisions .
1 . 03 PERMITS AND NOTIFICATIONS
The Contractor shall be responsible for obtaining all permits and
giving sufficient notification prior to construction to the agency
or the railroad whose right-of-way is being crossed. In no case
will notifications be given less than 48 hours prior to
construction.
1 . 04 REFERENCE
o Technical Specification 05020 Welding (Steel Casing Pipe)
o ASCE MOP 133 Pilot Tube and other Guided Boring Methods
o Geotechnical Report in Appendix 1
2.0 SUBMITTALS
A. Conform to requirements of Section 00 72 00 Article 24 Document
Management, and Section 01 33 01 Submittal Register and
Supplementary Conditions Article 25 Shop Drawings.
B. All engineering and structural designs shall be signed and sealed
by a Professional Engineer licensed in the State of Texas.
C. Contractor shall submit the Welding Procedure Specification (WPS)
for shop fabrication and field welding of the casing pipe.
02341 Guided Boring and Casing (Pilot Tube Method)
Page 1 of 12
D. Contractor shall submit the welder certifications for the shop
and field welders.
E. Submit list of (5) recent projects to show that contractor has
successfully completed project of the same size or larger.
F. Quality Control Plan.
G. `As-Built' drawings of the final horizontal and vertical alignment
within 30-days following completion of pipe installation
operations.
H. Work Plan including the following minimum information:
a. Identify key personnel (including subcontractors) , their roles
and qualifications including:
i) Project manager, site superintendent and foreman
ii) Auger boring machine operator
iii) Locating and pilot tube guidance equipment operator
iv) Pipe handling, welding, installation support
v) Qualifications of welding technician (must have
certification and experience welding all types and sizes
of pipe proposed on this project) .
b. 24-hour contact information for the project foreman and a
`back-up' person to contact in the event of an emergency during
pipe installation operations.
c. Manufacturer and type of major equipment items (pilot
tube/auger boring machine, pumps, cranes, trucks, etc. ) and
their capacities.
d. Proposed method(s) to locate the pilot tube assembly during
drilling including:
i) Type and manufacturer of proposed locating equipment
(guidance system)
ii) The degree of accuracy expected from the combination of
methods and equipment proposed (including results of
previous projects using similar methods and equipment)
iii) Description of surveying methods to set guidance system
positions and a description of procedures to check and
reset or realign guidance system during construction to
ensure that thrust block, entry seal, and jacking frame
are installed on proper line and grade. Submit results of
line and grade survey.
e. Any additional written agreements with property owners for
activities to be conducted on private property.
f. Identify significant coordination items and precautions
proposed including:
02341 Guided Boring and Casing (Pilot Tube Method)
Page 2 of 12
i) Provide written confirmation that the proposed alignment
provides the clearance parallel to and below the utilities
crossed as required by governing regulations,
ii) Between driller and general contractor,
iii) With the Owner,
iv) With Private Property Owners,
v) With Private Utilities.
g. Proposed schedule and sequence of major operations including:
i) Making additional geotechnical borings, if desired.
ii) Pipe order, delivery, lay-out on the job site,
iii) Welding pipe, inspection, and lab testing of welds,
iv) Pre-disinfection of the product pipe,
v) Site work at entry and exit work areas,
vi) Installation of the pilot tube
vii) Upsizing the hole,
viii) Casing Pipe installation
ix) Carrier Pipe installation
x) Clean-up,
xi) Installation of isolation valves and hydrostatic testing,
xii) Disinfection of the water main,
xiii) Number and duration of shifts planned to be worked
each day.
h. Schematic layout of work areas (entry and exit) including:
i) locations drilling equipment,
ii) location of entry and exit points and drive shafts
iii) sizes and locations of proposed drive shafts to handle
equipment
i. Proposed source of water and expected quantity of water
required for operations,
02341 Guided Boring and Casing (Pilot Tube Method)
Page 3 of 12
j . Provide calculations demonstrating that the casing pipe
installed by PTAB can withstand the long-term external soil,
hydrostatic, buckling and live load conditions based on the
geotechnical report and project documents. Provide jacking load
calculations demonstrating the anticipated jacking force for
each drive provides a safety factor of 2 .0 or greater, and the
safe jacking force. Calculations and all assumptions shall be
sealed by a Professional Engineer licensed in the State of
Texas.
k. Properties of jacking lubricants proposed to be used, including
their MSDS sheets.
1. Proposed method(s) to avoid, control/contain, clean-up and
dispose drilling fluids, cuttings and other wastes
M. Support of Excavation Submittal. Launching and receiving pits
required for the Contractors' operations shall be constructed
along the pipe alignments in accordance with the Drawings. Pit
ground support and groundwater control systems, including
shoring and bracing shall selected, designed, and stamped by
the Contractor' s Professional Engineer registered in the State
of Texas in accordance with standard industry practices.
Contractor' s design shall be submitted in accordance with the
following provisions:
i) Launching and receiving pits for PTAB shall be suitably
sized for PTAB operations, the Contractor' s selected pipe
length, and shall be capable of withstanding all temporary
loads associated with jacking the pipe and for groundwater
control (as applicable) without excess ground movement, in
addition to laterally supporting the surrounding ground
and providing a stable bottom of the pit suitable for
working conditions. A pit bottom-slab may be constructed
at the Contractor' s discretion.
ii) All adjacent equipment and spoils surcharge loads shall be
considered in pit support design. Pit support design
shall be sufficiently rigid as to limit movements of
structures within 10 feet of the edge of the excavation to
less than 1/4- inch.
iii) Bracing and shoring structural members shall be installed
at the locations and in the sequence and tolerances
defined on approved submitted construction drawings as the
excavation progresses. Modifications to bracing and
shoring shall be evaluated, enumerated and approved by
Contractor' s Professional Engineer in advance, and
submitted to the Engineer.
iv) The pits, including bottom subgrade stabilization, shall
be designed and constructed to an acceptable factor of
safety against yield or instability as determined by
Contractor' s Professional Engineer, and shall withstand
full potential hydrostatic head due to groundwater control
malfunctioning, without failure.
02341 Guided Boring and Casing (Pilot Tube Method)
Page 4 of 12
v) The minimum groundwater head for design shall be as
represented in the geotechnical report.
vi) Provide a detailed design of the PTAB entry through the
soil support system indicating the ability to prevent
water and soil from entering the excavation through the
entry or exit portal.
vii) Pit design shall consider special framing, bracing or
shoring required around PTAB or pipe "eyes" or other
penetrations.
viii) Any voids or seepage paths around pits and adjoining
pipe sections shall be immediately sealed upon detection.
Method of sealing shall be described in submittal.
ix) The pit design shall incorporate thrust blocks or suitable
reaction structures needed for jacking equipment, as
required for jacking associated with PTAB operations.
There shall be no utilities located within 10 feet of the
back of the thrust block at any elevation.
x) The Contractor shall have sole responsibility for sizing
the pits . Make size adequate for construction of any
permanent structures indicated on the Drawings and to
provide adequate room to meet the Contractor' s operational
requirements for PTAB construction and for backfill.
xi) If pits are located close to storm drainage channels,
ditches, water mains, storm water or sanitary sewers or
culverts, care must be taken to avoid washout or flooding
of pits.
n. Unless pit is designed to be watertight, Contractor to provide
a dewatering plan for each pit. Include discharge location,
discharge permit, anticipated pit dewatering rate and
associated ground water drawdown curve. Provide dewatering
induced settlement curve as well. Dewatering methods shall not
adversely impact performance of tunneling equipment or process.
o. Ground Movement Monitoring Plan
p. Void Detection Plan
3.0 QUALITY CONTROL
A. Work specified herein shall be performed by trained workers
having a minimum of 5 years of experience with boring equipment
and have successfully completed comparable boring installations
of the length, geographic location, geologic conditions and
diameters of pipe proposed in this project.
B. Comparable installations: Boring completed in an area with
geologic conditions similar to those at the site.
C. Determination of `successful completion' and `comparable
installations' will be at the sole discretion of the Owner.
02341 Guided Boring and Casing (Pilot Tube Method)
Page 5 of 12
4.0 MATERIALS
4 .01 CASING
Casing installed by PTAB shall be specifically designed for jacking,
round, smooth steel with a minimum length of 10 feet. Pipe joints
shall be square and smooth so that loads are evenly distributed.
All casing pipes shall be welded with full circumferential welds.
The Smooth steel shall have the following typical minimum wall
thickness (unless otherwise specified) :
Wall Thickness (in) Wall Thickness (in)
Outside Diameter Under Highway Under Railroad
12-3/4" 0.2500 0.2500
14" 0.3125 0.3125
16" 0.3125 0.3125
18" 0.3125 0.3125
20" 0.3750 0.3750
24" 0.3750 0.3750
30" 0.5000 0.5000
36" 0.5625 0.3625
42" 0.5625 0.5625
48" 0.5625 0.5625
54" 0.6250 0. 6250
60" 0.6880 0. 6880
66" 0.7500 0.7500
72" 0. 8750 0.8750
84" 0. 8750 0.8750
The thickness of the smooth steel pipe shall be able to withstand a
Live Loading of E-80 for the railroad crossings at the depth of
cover shown on the plans and a live load of HS-20 at highway and
utility crossings at the depth of cover shown on the plans. The
pipe shall also withstand the long-term external soil, hydrostatic,
buckling and any construction loadings.
Used pipe in good condition is acceptable however, the pipe used
shall be subject to approval by the Engineer.
4 . 02 GROUT
Grout shall be a sand-cement mixture having the following:
A. Sand:
Sand shall be clean, sharp and suitable for masonry mortar and
shall meet the requirements as specified for concrete sand,
screened so as to exclude any materials larger than those passing
a No. 10 screen.
B. Cement:
Cement shall be Type I - Portland Cement.
02341 Guided Boring and Casing (Pilot Tube Method)
Page 6 of 12
4 . 03 CASING SPACERS
Spacers shall be boltless, all metallic GPT Ranger II as
manufactured by GPT of Houston Texas or approved equal. Casing
spacers shall have segmented band and runners molded as one piece,
manufactured from UV resistant polypropylene, impact strength of
1.5-ft. lbs./inch, dielectric strength of 800 volts/mil, compressive
strength of 3000 psi/sq. cm, and a temperature range of -22 Deg OF
to 212 Deg OF.
Spacers shall be placed at a maximum of 6-foot intervals and no less
than 3 spacers per joint.
Clearance between casing pipe and carrier pipe shall be a minimum of
4 inches.
4 . 04 CASING SEAL
The ends of the casing shall be sealed with a 1/8-inch-thick
synthetic rubber seal system, Advance Products System Inc. Model AZ-
Zipper, PSI Model C end seal or approved equal. The seal shall be
watertight.
5.0 CONSTRUCTION METHODS
5. 01 GENERAL
Pilot Tube Guided Auger Boring shall not be allowed to begin until
the following tasks have been completed:
A. All required submittals have been provided, reviewed, and
approved.
B. Surface monitoring points have been installed and surveyed in
accordance with the Ground Movement Monitoring Plan.
C. Launching and receiving pit excavations and support systems have
been completed in accordance with approved submittals. Locations
and elevations of pits shall have been surveyed to confirm that
Work can be completed in accordance with alignment and grade
shown on Drawings .
D. The location, orientation and grade of the jacking frame or guide
rails and entry/exit seals have been surveyed to ensure they are
on the proper line and grade and to verify that they are properly
supported. Special care shall be taken when setting the guide
rails or jacking frame in the launching pit to ensure stability
and accuracy of the alignment and grade. Guide rails or jacking
frame shall be securely attached to the concrete working slab (as
applicable) , with supplementary concrete or grout if necessary,
to prevent movement or shifting during the Work.
E. A startup inspection of all mechanical and hydraulic systems
associated with the PTAB operations has been completed. The
system shall be tested on the surface to ensure that the pilot
tube auger boring machine and supporting equipment is functioning
02341 Guided Boring and Casing (Pilot Tube Method)
Page 7 of 12
properly. The Engineer will be notified at least 72 hours prior
to the startup inspection and a site inspector representing the
Owner will be present during the startup inspection. Key machine
performance data will be measured and recorded by the Contractor
during this inspection, including pilot tube rotational torque,
functionality of main jacks, laser and target, and other
components. The records of the startup inspection will be
submitted to the Engineer within 24 hours of the completed
inspection.
F. The location of all utilities located which cross the PTAB bore
paths, or which pass within 25 feet of the bore paths, is
verified by vacuum excavation, or other non-destructive means.
Location of utilities shall be provided to Engineer.
Sections of casing shall be installed under existing roads, streets,
highways or railroads by means of PTAB methods. Where casing pipe is
required to be installed under railroad embankments or under
highways, streets, or other facilities by PTAB methods, construction
shall be made in a manner that will not interfere with the operation
of the railroad, highway, or other facility, and will not weaken or
damage any embankment or structure.
Pilot tube guided auger boring (PTAB) shall be performed in a manner
required to install jacked casing pipes as indicated on the Drawings
without damage to the pipe by the excavating equipment.
Contractor shall be responsible for type of PTAB equipment, pilot
tube rods, cutterheads, and other pertinent equipment and operations
required for complete installations. Contractor shall be
responsible for mobilizing on-site with a full range of drill stems
and cutting and reaming heads to allow for the anticipated
subsurface conditions, based on the test boring logs. Pilot tubes
shall be of proper size and diameter to allow for full thrust and
torque capabilities of the drilling machine. Contractor shall
employ a water auger to control the saturated soils and groundwater
during boring where applicable.
If used, Contractor shall be responsible for providing and mixing
the required drill fluids/lubricants to suit the soil materials to
be encountered. Drill lubricants shall be utilized and mixed in
full accordance with the drilling fluid manufacturer's printed
instructions.
Contractor shall be responsible for collecting and disposal of
cuttings, as applicable. Materials shall be collected, transported
and disposed of at an approved location or facility. All fees and
costs related to the collection, transport and disposal of fluids
and cuttings and any related permit costs shall be the Contractor's
responsibility.
The installation of pilot tube rods for the alignment of pipe prior
to its installation by boring will be a requirement to maintain both
horizontal and vertical alignment. The installation of pilot tube
rods will be considered as incidental work and the cost thereof
02341 Guided Boring and Casing (Pilot Tube Method)
Page 8 of 12
shall be included in such contract pay items as are provided in the
proposal and contract.
The contractor shall take the proper precautions to avoid excavating
earth beyond the limits of excavation needed to install the casing.
All damages by excavating, either to surface or subsurface
structures, shall be repaired or replaced by the contractor at his
own cost and expense.
The removal of any obstruction that may be found to conflict with
the placing of this pipe will not be measured for payment or paid
for as a separate contract pay item. The removal of any such
obstruction will be included in such contract pay items as are
provided in the proposal and contract.
5. 02 PILOT TUBE INSTALLATION
Use survey benchmarks to furnish and maintain all reference lines
and grades for pilot tube auger boring. The Contractor shall use
these lines and grades to establish the exact location of the pilot
tube and casing pipe using a guidance system including a digital
theodolite electronic camera, an L.E.D. illuminated target, and a
control monitor. The Contractor is fully responsible for the
accuracy of the Work and the correction of it, as required. The
casing pipe shall be installed to line and grade in accordance with
the drawings.
The guidance system shall be mounted independently from the thrust
block and jacking frame to maintain alignment if there is movement
of equipment during jacking. Stop pilot tube auger boring operations
and reset guidance system if its alignment shifts or is moved off
design alignment and grade for any reason. Check guidance system
setup at least once per shift. Guidance system should only be reset
by experienced, competent surveying personnel in accordance with
approved procedures outlined in the Submittals.
A pilot tube will be installed on the target line, on grade to meet
the specified tolerances. As the pilot tube is installed the soil
will be displaced using a slant face steering head. The alignment
of the pilot head itself is maintained by rotating it during
installation. The pilot tube shall incorporate a hollow stem to
provide an optical path for the camera to view the LED target. This
target will be located on the back of the steering head and will
display the position and orientation. When the steering head
reaches the receiving shaft the guidance equipment (theodolite,
video camera, monitoring system) are typically removed from the
drive shaft. This pilot hole will be the centerline for the rest of
the boring and installation process.
Monitor line and grade continuously during pilot tube guided auger
boring operations. Record deviation with respect to design line and
grade at least once per foot and submit records to Engineer as
requested. Control line and grade of the jacking pipe to within +/-
1 inch of the bore centerline, as shown on the Drawings.
02341 Guided Boring and Casing (Pilot Tube Method)
Page 9 of 12
If the installation does not meet the specified tolerance, the
Contractor shall correct the installation including any necessary
redesign of the pipeline or structures and acquisition of necessary
easements. All corrective Work shall be performed by the Contractor
at no additional cost to the Owner and without schedule extension
and is subject to the written approval of the Engineer.
During PTAB operations, monitor and report ground movement in
accordance with approved Ground Movement Monitoring Plan.
5. 03 BORING
The hole shall be bored mechanically with a suitable boring assembly
designed to produce a smooth, straight shaft and so operated that
the completed shaft will be at the established line and grade. The
size of the bored hole shall be of such diameter to provide ample
clearance for bells or other joints.
Voids outside the pipe shall be grouted with non-shrinking grout and
will he considered subsidiary work.
If the grade of the pipe at the boring end is below the ground
surface, suitable drive shafts shall be excavated for the purpose of
conducting the boring operations and for placing end joints of the
pipe. This excavation shall not be carried to greater depth than is
required for placing the carrier pipe and no nearer the roadbed than
the minimum distance shown on the plans.
At the other end of the pipe, a receiving shaft shall be excavated
accurately to grade. All open trenches and shafts shall be braced
and shored in such a manner as will adequately prevent caving or
sliding of the walls into the open trench or pit.
As the boring proceeds, the embankment material shall be excavated
slightly in advance of the pipe in such a manner to avoid making the
excavation larger than the outside diameter of the pipe, with the
excavated material being removed. The excavation for the underside
of the pipe, for at least one third of the circumference of the
pipe, shall conform to the contour and grade of the pipe. The
excavation for the top half of the pipe shall conform closely to the
outside diameter of the pipe and a clearance greater than 2 inches
will not be permitted. All voids between the pipe and the earth
shall be filled with non-shrinking grout. The grouting shall follow
immediately upon completion of the boring operation. All carrier
pipes installed by boring shall be supported as required by the
plans.
The distance that the excavation shall extend beyond the end of the
pipe depends on the character of the materials, but it shall not
exceed 2 feet in any case. The pipe, preferably, shall be bored from
the low or downstream end. Lateral or vertical variation in the
final position of the pipe from the line grade established by the
engineer will be permitted only to the extent of 1 inch per 10 feet,
maximum of 6 inches, provided that such variation shall be regular
02341 Guided Boring and Casing (Pilot Tube Method)
Page 10 of 12
and only in one direction and that the final grade of flow line
shall be in the direction indicated on the plans.
When boring of pipe is once begun, the operation shall be carried on
without interruption, insofar as practicable; to prevent the pipe
from becoming firmly set in the in-situ soil. Any pipe damaged in
boring operations shall be repaired or removed and replaced by the
Contractor at his entire expense.
The shafts excavated to facilitate boring operation shall be filled
immediately after the boring of the pipe has been completed. The
shafts shall then be backfilled in accordance with City Standard
Specification 022022 Excavation and Backfill for Utilities.
5. 04 JOINTS
a. Casing Pipe
All welding shall be performed by qualified welders with current
welding certificates and shall follow the requirements of
Specification Section 05020. Welds shall be full penetration
butt welded joints for the entire circumference and entire
longitudinal or spiral seam. All welding shall be done with F3
and F4 Class electrodes and will be both visually and magnetic or
dye-penetrant inspected.
b. Carrier Pipe
All carrier pipe installed in the bored casing segments shall be
mechanically restrained using mega lug joint restraining fitting
at fittings and bell harnesses at bell and spigot connections or
welded, as required.
5. 05 TRAFFIC
All working operations of the Contractor must be subordinate to the
free and unobstructed use of the right-of-way for the passage of
traffic without delay or danger of life, equipment or property. The
Contractor shall conduct his operations in a manner such that all
work between drive and receiving shafts will be performed below
street level and without obstructions on the streets. The
Contractor shall follow the traffic control plan which has been
prepared for this project.
5.06 BARRICADES AND WARNING SIGNS
During construction operations, barricades and lights to safeguard
traffic and pedestrians shall be furnished and maintained, as
directed by the engineer, until such time as the backfill has been
completed and then shall be removed from the site. See also Traffic
Control Plan, General Conditions and permit requirements of the
agency involved.
02341 Guided Boring and Casing (Pilot Tube Method)
Page 11 of 12
5.07 GROUTING
2" diameter grout plugs shall be provided in casings 36" and larger
at a minimum spacing of 10 ' center to center located at top center
of the tunnel. After installation, the entire length of tunnel
shall be pressure grouted using a sand-cement grout to fill any void
between the casing and natural ground. All grouting shall be done
under pressure by the use of direct acting pressure pumps capable of
placing grout at the pressure necessary to completely fill all
voids. The pumps should operate in a manner so that the grout will
be delivered uniformly and steadily. Grouting will be considered
complete when no more grout of the required mix and consistency can
be forced in under pressure. Regrouting of holes may be required if
considered necessary by the Engineer. No grouting shall be allowed
without written authorization by the Engineer. Under no
circumstances shall grout be placed between the casing and the
carrier pipe.
5. 08 Carrier Pipe Installation
Once the casing pipe has been installed and cleaned of all
construction debris the carrier pipe will be carefully threaded into
the casing. Carrier pipe will be installed with bell harnesses and
casing spacers. Once the carrier pipe has been installed each end
will be capped with a water tight plug. The plug shall remain in
place until connections are made to the distribution system.
If dirt is found in a particular pipe segment the Contractor will be
required to pig the segment to remove the foreign material.
02341 Guided Boring and Casing (Pilot Tube Method)
Page 12 of 12
02342 - OPEN CUTTING AND CASING-R1
1.0 GENERAL REQUIREMENTS
1.01 SCOPE
This specification shall govern for all work necessary to complete
the casing installation under streets and roads by open cutting.
This includes, installing the casing pipe by open cut, including
lay out, joining/welding the pipe, installing the carrier pipe
inside the casing and other associated activities required to
complete the project.
1.02 SPECIFICATION TYPE
This specification is a performance specification as defined in
Article TS-1 of the Technical Special Provisions .
1.03 PERMITS AND NOTIFICATION
The Contractor shall be responsible for obtaining all permits and
giving sufficient notification prior to construction to the agency
whose right-of-way is being crossed. In no case will notifications
be given less than 48 hours prior to construction.
1.04 REFERENCE
Refer to Technical Specification 05020 Welding (Steel Casing Pipe) .
2.0 SUBMITTALS
A. Conform to requirements of Section 00 72 00 Article 24 Document
Management, and Section 01 33 01 Submittal Register and
Supplementary Conditions Article 25 Shop Drawings.
B. Contractor shall submit the Welding Procedure Specification (WPS)
for shop fabrication and field welding of the casing pipe.
C. Contractor shall submit the welder certifications for the shop
and field welders.
3.0 MATERIALS
3.01 CASING
Casing installed by open cutting shall be smooth steel or tunnel
liner plates. Casing pipe shall be furnished in minimum lengths of
10 feet.
02342 - Open Cutting and Casing-R1
Page 1 of 4
A. Smooth steel shall have the following minimum wall thickness:
Outside Wall Thickness Wall Thickness (in)
Diameter (in) Under Roadway Under Railroad
12-3/4" & Under 0.2500 0.2500
14" 0.3125 0.3125
16" 0.3125 0.3125
18" 0.3125 0.3125
20" 0.3750 0.3750
24" 0.3750 0.3750
30" 0.5000 0.5000
36" 0.5625 0.5625
42" 0.5625 0.5625
48" 0.5625 0.5625
54" 0. 6250 0. 6250
60" 0. 6880 0. 6880
66" 0.7500 0.7500
72" 0.8750 0.8750
84" 0.8750 0.8750
The thickness of the smooth steel pipe shall be able to
withstand a Live Loading of E-80 for the railroad crossings at
the depth of cover shown on the plans and a live load of HS-20
at road, street, highway and utility crossings at the depth of
cover shown on the plans.
Used pipe in good condition is acceptable, however the pipe used
shall be subject to approval by the Engineer.
3 . 02 CASING SPACERS
Spacers shall be boltless, all metallic GPT Ranger II as
manufactured by GPT of Houston Texas or approved equal. Casing
spacers shall have segmented band and runners molded as one piece,
manufactured from UV resistant polypropylene, impact strength of
1.5-ft. lbs/inch, dielectric strength of 800 volts/mil, compressive
strength of 3000 psi/sq. cm, and a temperature range of -22 Deg°F
to 212 Deg 'F.
Spacers shall be placed at a maximum of 6-foot intervals and no
less than 3 spacers per joint.
Clearance between casing pipe and carrier pipe shall be a minimum
of 4 inches.
02342 - Open Cutting and Casing-R1
Page 2 of 4
3. 03 CASING SEAL
The ends of the casing shall be sealed with a 1/8 inch thick
synthetic rubber seal system, Advance Products System Inc. Model
AZ-Zipper, PSI Model C end seal or approved equal. The seal shall
be watertight.
4.0 CONSTRUCTION METHODS
4 . 01 GENERAL
Sections of casing shall be installed under existing roads,
streets, or highways by means of open cutting. The contractor
shall take the proper precautions to avoid excavating earth beyond
the limits of excavation needed to install the casing. All damages
by excavating, either to surface or subsurface structures, shall be
repaired or replaced by the contractor at his own cost and expense.
The removal of any obstruction that may be found to conflict with
the placing of this pipe will not be measured for payment or paid
for as a separate contract pay item. The removal of any such
obstruction will he included in such contract pay items as are
provided in the proposal and contract.
The contractor shall dispose of all surplus materials at his own
cost and expense at site approved by the engineer.
4 . 02 Joints
a. Casing Pipe
All welding shall he performed by qualified welders with current
welding certificates and shall follow the requirements of
Specification Section 05020. Welds shall he full penetration
butt welded joints for the entire circumference and entire
longitudinal or spiral seam. All welding shall be done with F3
and F4 Class electrodes and will he both visually and magnetic or
dye-penetrant inspected.
b. Carrier Pipe
All carrier pipe installed in the casing segments shall be
mechanically restrained using mega lug joint restraining fitting
at fittings and bell harnesses at bell and spigot connections, or
welded as required.
4 . 03 TRAFFIC
All working operations of the Contractor must be subordinate to the
free and unobstructed use of the right-of-way for the passage of
traffic without delay or danger of life, equipment or property.
Leave 1/2 of the road, street, or highway open to traffic at all
times or construct adequate all weather detour and maintain until
crossing has been completed.
02342 - Open Cutting and Casing-Rl
Page 3 of 4
4 . 04 BARRICADES AND WARNING SIGNS
During construction operations, barricades and lights to safeguard
traffic and pedestrians shall be furnished and maintained, as
directed by the engineer, until such time as the backfill has been
completed and then shall be removed from the site. See also Traffic
Control Plan, General Conditions and permit requirements of the
agency involved.
4 . 05 EXCAVATION
Excavate ditch as shown on plans, remove all excess material from
right-of-way and finish flush with existing ground, see also
Standard Specification 022020 Excavation and Backfill for
Utilities.
4 . 06 BACKFILL
Backfill with specified material and tamp to thoroughly compact
backfill material see also Standard Specification 022020 Excavation
and Backfill for Utilities.
4 . 07 Carrier Pipe Installation
Once the casing pipe has been installed and cleaned of all
construction debris the carrier pipe will be carefully threaded into
the casing. Carrier pipe will be installed with bell harnesses and
casing spacers. Once the carrier pipe has been installed each end
will be capped with a water tight plug. The plug shall remain in
place until connections are made to the distribution system.
If dirt is found in a particular pipe segment the Contractor will be
required to pig the segment to remove the foreign material.
02342 - Open Cutting and Casing-RI
Page 4 of 4
02449 - INSTALLATION OF UTILITIES BY HORIZONTAL
DIRECTIONAL DRILLING
1.0 GENERAL:
Installing water line by directional drilling methods including lay out and
joining the pipe, boring the pilot hole, pre-reaming, pull-back and
associated activities required to complete the directional drilling work.
This section includes any special fittings and/or adapters required to
transition between different pipe materials, wall thicknesses, and/or
linings and coatings used for water main in the open-cut and directional
drilling portions of the work.
1 . 01 SCOPE:
This specification shall govern for all work necessary to accomplish
installation of all utility conduits by HDD required to complete the
project.
1 .02 SPECIFICATION TYPE:
This specification is a performance specification as defined in Article TS-
1 of the Technical Special Provisions.
2.0 REFERENCES:
2 . 01 National Sanitation Foundation - NSF 61.
2 . 02 Refer to Section 02512 Fusible Polyvinyl Chloride Pipe.
3.0 DEFINITIONS:
3. 01 Horizontal Directional Drilling: Installation of pipe using steerable
(directional) drilling technology to establish the water main alignment.
The borehole is then enlarged (reaming) , if necessary using one or more
passes, to the size required to accommodate the carrier pipe. Finally, the
carrier pipe is pulled back through the hole.
3. 02 Steerable: To direct the drilling operation using wire line, Gyro or
suitable guidance technology.
3.03 Pilot Hole: The initial hole drilled that establishes the subsequent
alignment of the proposed water main. During the process of drilling the
pilot hole, the location and progress of the drill head is actively
monitored and steered to achieve the desired alignment.
3.04 Reaming: The process to enlarge the pilot hole to the size required to
accommodate the carrier pipe. Multiple passes and various tools may be used
depending on numerous factors including soil conditions and the final size
of the hole required to accept the carrier pipe.
02449 - Installation of Utilities by HDD
Page 1 of 8
4.0 SUBMITTALS:
4 .01 Conform to requirements of Section 00 72 00 Article 24 Document Management,
and Section 01 33 01 Submittal Register and Supplementary Conditions Article
25 Shop Drawings.
4 .02 Submit list of (5) recent projects to show that contractor has successfully
completed projects of the same size or larger, using the key personal listed
below.
4 . 03 Work Plan including the following minimum information (prior to mobilizing) :
a. Identify key personnel (including subcontractors) , their roles
and qualifications including (also provide with bid submission
package) :
i) Project foreman
ii) Directional boring machine operator
iii) Locating equipment (including guidance System) operator
iv) Drilling mud technician, (must provide certifications) .
v) Pipe stringing, welding, pull-back support
vi) Qualifications of Fusion Technician (must have experience
fusing all types and sizes of pipe proposed on this
project, must provide current certifications) .
b. 24-hour contact information for the project foreman and a `back-up'
person to contact in the event of an emergency during pipe pull-
back operations .
c. Manufacturer and type of major equipment items (directional
drilling rig, pumps, cranes, trucks, etc. ) and their capacities.
d. Proposed method(s) to locate the borehole assembly during
drilling including (must use gyro or wireline) :
i) Type and manufacturer of proposed locating equipment, and
ii) The degree of accuracy expected from the combination of
methods and equipment proposed (including results of previous
projects using similar methods and equipment)
e. Any additional written agreements with property owner' s for
activities to be conducted on private property.
f. Identify significant coordination items and precautions proposed
including:
i) Provide written confirmation that the proposed alignment
provides the clearance below the channel crossed as
required by governing regulations and as required to
prevent hydraulic fracturing,
02449 - Installation of Utilities by HDD
Page 2 of 8
ii) Between directional driller and general contractor,
iii) With the Owner,
iv) With Private Property Owners,
v) With Private Utilities.
g. Proposed schedule and sequence of major operations including:
i) Making additional borings, if desired.
ii) Pipe order, delivery, lay-out on the job site,
iii) Welding pipe, inspection, and lab testing of welds,
iv) Establishing buoyancy control measures and `pre-
disinfection' of the pipe,
v) Site work at entry and exit work areas,
vi) Directional drilling,
vii) Reaming the hole,
viii) Pipe pull-back, including mid pipe string fusion,
ix) Clean-up,
x) Installation of isolation valves and hydrostatic testing,
xi) Disinfection of the water main,
xii) Number and duration of shifts planned to be worked each
day.
h. Schematic layout of work areas (entry and exit) including:
i) locations of directional drilling equipment,
ii) location of entry and exit points and pits
iii) sizes and locations of proposed pits to handle drilling
fluids
i. Proposed method(s) of buoyancy control,
j . Proposed source of water and expected quantity of water required
for operations, water for buoyancy control for water lines must be
potable.
k. Stress Analysis for all proposed pipe materials, including wall
thickness, alignment, anticipated reamed diameter and installation
loads, and long-term operating service loads, sealed by a
Professional Engineer licensed in the State of Texas.
1. Properties of drilling fluids proposed to be used, including their
MSDS sheets.
02449 - Installation of Utilities by HDD
Page 3 of 8
M. Proposed methcd(s) to avoid, control/contain, and clean-up drilling
fluids and wastes in the event of inadvertent returns ( `frac-out' )
In advertent returns are not allowed in wetlands and water courses.
n. Proposed method(s) for storing, transporting, and disposing soils
and other waste\ materials including anticipated quantities (tons,
cubic yards, etc) .
o. Narrative description of difficulties of this project and
contingency plans to address those potential problems.
4 . 04 Quality Control plan.
4 . 05 `As-Built' drawings in Auto CAD format of the final horizontal and vertical
alignment within 30-days following completion of pipe pull-back operation.
4 . 06 Other submittals as required in Technical Specifications Section 02512 -
Fusible Polyvinyl Chloride Pipe.
5.0 DESIGN CRITERIA:
5.01 Provide pipe able to sustain loads, forces, and stresses resulting from but
not limited to handling and storage, pull-back of pipe through reamed hole,
and other construction loads in combination with overburden, earth and
external hydrostatic loads, and internal pressure.
6.0 QUALITY CONTROL:
6. 01 Work specified herein shall be performed by trained workers having a minimum
of 5 years of experience with directional drilling equipment and have
successfully completed comparable directional drilling installations of the
length, geographic location, geologic conditions and diameters of pipe
proposed in this project (see also Section 4.02) .
6. 02 Comparable installations : Horizontal Directional Drilling completed in an
area with geologic conditions similar to those at the site.
6. 03 Determination of `successful completion' and `comparable installations' will
be at the sole discretion of the Owner.
7.0 NOTIFICATIONS:
7 .01 Provide minimum of 48-hours notice to the Owner and the Engineer prior to
beginning:
1. Directional drilling operations,
2. Pipe pull-back operations,
3. Hydrostatic testing or disinfection of pipe.
7 . 02 Provide minimum of 48-hours notice to local residents and Private Property
Owners prior to beginning any `round-the-clock operations.
02449 - Installation of Utilities by HDD
Page 4 of 8
8.0 PRODUCTS:
8 .01 WATER LINE
Provide fusible PVC pipe with inside diameter and wall thickness as shown by
Section 4.03 (k) . Pipe shall also be in accordance with Technical
Specification 02512 - Fusible Polyvinyl Chloride Pipe.
9.0 EXECUTION:
9. 01 INSTALLATION
a. Preparation
1. General
a. Pipe must be installed in ballasted condition unless design
calculations do not require.
b. Contract or must submit a sealed buoyancy control plan to
Engineer for review.
C. Properly meter water in accordance with City requirements.
2. Pipe Layout
a. During the fusion process the pipe will be laid on rollers or other
apparatus and remain there to facilitate pullback and prevent
damage to pipe.
3. Entry and Exit Work Areas
a. Perform grading, excavation, and necessary shoring work restricted
to Work Areas shown on the drawings.
b. Joining and Joint Testing
1. Join and test in one complete unit full length of pipe before pulling
back through drilled hole.
2. Follow requirements of Section 02512 - Fusible Polyvinyl Chloride
Pipe.
c. Drilling and Locating
Contractor shall utilize a wire line or gyro guidance system to locate
drilling head.
1. Drill and locate water line, to proposed alignment (minimum depth
and grade) shown on Drawings or as per directional drilling
contractor requirements to complete the work. In no case will the
HDD contractor requirements be less than the minimum without
approval of the Engineer.
2. Continuously monitor location of pipes with respect to proposed line
and grade. Control line and grade of pipe to within 5-feet of
proposed line and 5-feet of the proposed grade.
02449 - Installation of Utilities by HDD
Page 5 of 8
3. Set-up a backup locating system, ready for use in the event the
primary locating system fails, malfunctions, or otherwise ceases to
perform adequately to complete drilling. Demonstrate to the Engineer
that the back-up system is ready to use before beginning directional
drilling.
4 . Comply with provisions of Easement documents.
5. Excavation to locate drilling head at exit point may occur provided no
excavation is conducted or occurs within wetlands, submerged lands,
street intersections, railroad crossings, or other similar areas.
6. Periodically inform the Engineer during drilling and allow the
Engineer to monitor drilling progress and drill location.
d. Reaming and Pull-Back
1 . Establish buoyancy control measures.
2 . Immediately prior to pull-back, `pre-disinfect' the water main pipe
by swabbing all surfaces, including other equipment that may be in
the pipe (e.g. , for buoyancy control) with a 3% to 5% hypochlorite
disinfecting solution.
3. Prohibit foreign material from entering pipes during pull-back, and
until the final connections to the existing waterline are made.
4 . Once pull-back begins, take steps necessary to complete without
stopping and re-starting the pull.
5. Use equipment of sufficient size for the project. Use a suitable
cutting head to bore face of excavation. Minimize overcut of
excavation.
a. Annular space around greatest diameter of pipe to be kept to a
minimum to avoid surface settlement.
b. Displaced volume for pilot bore stems alone is not of sufficient
volume to require grouting.
6. Carefully monitor and record drilling fluid pressure.
7 . Configure directional drilling rig such that tension in pipes during
pull-back is uniformly distributed and will not damage or
permanently distort pipes.
8 . Continuously lubricate pipes with bentonite slurry or other suitable
techniques.
9. Contractor shall continuously monitor the pullback force on the pipe
and maintain within safe range as per manufacture requirements. This
information will be provided with as-built information.
10. Ensure that pipe is terminated at final entry and exit points.
11. Once pull back operations are complete the contractor will cap each
end with a water tight plug. Plug shall remain in place until
connections are made to the distribution system.
02449 - Installation of Utilities by HDD
Page 6 of 8
If dirt is found in the bored segment the Contractor will be required
to pig the segment to remove all foreign material.
e. Testing and Disinfection.
1. Provide tees and plugs installed in piping subject to internal
hydrostatic heads with suitable thrust restraint.
2. Hydrostatically test pipeline after installation. Refer to Standard
Specification Section 026202 - Hydrostatic of Pressure System.
f. Backfilling, Restoration and Clean-Up.
1. Backfill and compact excavations in accordance with Standard
Specification Section 022022 - Excavation and Backfill for Utilities.
2. Replace sidewalks, driveways and pavement. Payment for replacing
pavement removed as part of the work of this Technical Specification
Section will be paid under the applicable bid item.
9.02 DRILLING FLUIDS & EXCAVATED MATERIALS:
a. Contain drilling fluids and cuttings within designated work areas.
b. Use only environmentally safe, biodegradable fluid additives.
C. Confine drilling fluids to containment pits at entry and exit work
areas until removed from the site. Containment pits must be bermed up
above existing grade so that there is 1 foot of free board. Silt fence
shall be installed completely around the outside of the berm. Silt
fence around berm and mud pit is in addition to the silt fence around
the perimeter of the work site.
d. Do not allow drilling fluid to enter wetlands, streams, drainage
systems, or bodies of water.
e. Contain inadvertent return of drilling fluids at the point where they
surface until they can be recycled and/or removed from the site.
f. Contractor shall follow the requirements of the Fracture Mitigation
Plan or approved equal.
FRACTURE MITIGATION PLAN
Objective: The purpose of this plan is to have control measures in place
to minimize potential frac-out during installation of proposed water line
underneath jurisdictional wetland areas or water courses via Horizontal
Directional Drill (HDD) . The contractor' s employees should be trained to
recognize and respond in the event of a frac-out. Adequate manpower,
equipment, and materials will be placed onsite if frac-out should occur.
Once HDD installation begins, specific monitoring will be done to
determine whether a frac-out occurs. The Contractor shall have
experienced personnel onsite who are familiar and experienced with the
procedures for this type of installation. During the operation of an HDD
installation, the contractor' s personnel shall monitor the pipeline and
cable drill path throughout the process. Before HDD installation occurs,
field crews shall be briefed on what to watch for and made aware of the
importance of timely detection and response to frac-out throughout the
02449 - Installation of Utilities by HDD
Page 7 of 8
drill. If at any time the HDD operator observes a loss in fluid pressure
or loss of circulation, field crews will be notified of the approximate
position of the drill head and shall monitor the area for potential
surface discharge. Notification shall be made to the City of Corpus
Christi inspector to ensure adequate attention shall be addressed to the
frac-out containment; this shall be done in a timely manner.
The Contractor's HDD operations onsite foreman shall have the
responsibility and authority for executing the Fracture Mitigation Plan
(FMP) . The onsite foreman shall be competent with all aspects of the
drilling activity and the FMP. The FMP shall be provided to the onsite
foreman and the plan shall be on site at all times . Prior to drilling,
the onsite supervisor shall ensure that all workers are properly trained
and familiar with necessary procedures to recognize and respond to a
frac-out.
Frac-out Response: Should monitoring results indicate that a frac-out has
occurred; the following procedures will be implemented:
1. Assess the situation to determine what containment structure
would best contain the frac-out with minimal impact to
property.
2. Immediately notify the onsite supervisor and the City of Corpus
Christi Inspector.
3. Create a containment area with use of a silt fence, hay bales,
or constructed earthen dikes, and recover the drilling mud.
4. For larger releases that are (or have the potential to be) wide
spread, initiate immediate suspension of drilling operation
until appropriate containment is in place.
g. Contractor shall have the following available at the project site at
all times for containment response and clean up:
➢ Hay bales
➢ Silt fence
➢ Sand bags
➢ Shovels
➢ Push brooms
➢ Pump and hose
➢ Floating/absorbent booms
➢ Mud pit large enough to pump excess mud into
➢ Heavy equipment
➢ Vacuum trucks on "standby"
➢ MSDS for drilling mud and additives
h. Remove drilling fluids completely from the site prior to backfilling
and restoration of the site.
i. Dispose excess fluids, cuttings, and other related materials in
accordance with governing regulations.
9. 03 DAMAGED OR IMPROPERLY INSTALLED PIPE:
a. Replace pipe damaged before installation or does not meet the
specifications.
b. If drilling cannot advance due to unforeseen obstruction, modify
proposed alignment, as approved by the Engineer.
02449 - Installation of Utilities by HDD
Page 8 of 8
02512 - FUSIBLE POLYVINYL CHLORIDE PIPE
1.0 GENERAL:
1 . 01 SCOPE:
This specification shall govern for all work necessary for furnishing
all fusible polyvinyl chloride pipe and fittings required to complete
the PVC piping for potable water lines.
1 . 02 SPECIFICATION TYPE
This specification is a performance specification as defined in Article
TS-1 of the Technical Special Provisions.
2.0 DESCRIPTION:
2 . 01 SCOPE
This section specifies fusible polyvinylchloride pipe, including
standards for dimensionality, testing, quality, acceptable fusion
practice, safe handling and storage.
2 . 02 PIPE DESCRIPTION
1. Pipe manufacturer shall furnish fusible polyvinylchloride pipe
conforming
to all standards and procedures, and meeting all testing and material
properties as described in this specification.
2. Pipe shall conform to the dimensionality and general characteristics
of 6-inch to 12-inch AWWA C900 DR 18 PVC or 16-inch AWWA C905 DR 18
PVC water transmission pipe.
3. Pipe shall meet the minimum design requirements of Section 02449 -
Installation of Utilities by Horizontal Directional Drilling, Section
02450 - Installation of Utilities by Pipe Bursting, minimum geometry
as shown on the drawings, and as required by the HDD or pipe bursting
contractor. In no case will the HDD or pipe bursting contractor' s
requirements be less than the minimum without approval of the
Engineer.
4. HDD contractor to submit stress analysis as per Section 02449 -
Installation of Utilities by Horizontal Directional Drilling 5. 03
(k) and pipe bursting contractor submit design calculations per Section
02450 - Installation of Utilities by Pipe Bursting 1.04 a.
3.0 QUALITY ASSURANCE:
3. 01 REFERENCES
1. This section contains references to the following documents. They
are a part of this section as specified and modified. Where a
referenced document contains references to other standards, those
other standards are included as references under this section as if
referenced directly. In the event of a conflict between the
requirements of this section and those of the listed documents, the
requirements of this section shall prevail.
02512 - Fusible PVC Pipe
Page 1 of 9
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of design, bid, or construction,
whichever is earliest. If referenced documents have been discontinued
by the issuing organization, references to those documents shall mean
the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last
version of the document before it was discontinued.
3. Where document dates are given in the following listing, references
to those documents shall mean the specific document version associated
with that date, regardless of whether the document has been superseded
by a version with a later date, discontinued or replaced.
Reference Title
ANSI/AWWA American National Standard for Ductile-Iron and Gray-Iron
Fittings,
C110/A21.10 3-inch through 48-inch, for Water and Other Liquids
ANSI/AWWA American National Standard for Rubber-Gasket Joints for Ductile-
Iron
C111/A21.11 Pressure Pipe and Fittings
ANSI/AWWA Standard for Ductile-Iron Compact Fittings for Water Service
C153/A21.53
AWWA C605 Standard for Underground Installation of Polyvinyl Chloride
(PVC) Pressure Pipe and Fittings for Water
AWWA C651 Standard for Disinfecting Water Mains
AWWA C900 Standard for Polyvinyl Chloride (PVC) Pressure Pipe and
Fabricated Fittings, 4 in. through 12 in. (100mm Through 300mm) ,
for Water Distribution
AWWA C905 Standard for Polyvinyl Chloride (PVC Pressure Pipe and
Fabricated Fittings, 14 in. through 48 in. (350mm Through
1200mm) , for Water Distribution and Transmission
AWWA M23 AWWA Manual of Supply Practices PVC Pipe—Design and
Installation, Second Edition
ASTM C923 Standard Specification for Resilient Connectors Between
Reinforced Concrete Manhole Structures, Pipes and Laterals
ASTM D1784 Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly
(Vinyl Chloride) (CPVC) Compounds
ASTM D1785 Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and
120
ASTM D2152 Test Method for Degree of Fusion of Extruded Poly(inyl
Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion
ASTM D2241 Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR PR)
ASTM D2665 Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Pipe
and Fittings
ASTM D3034 Standard Specification for Type PSM Poly(inyl Chloride) (PVC)
Sewer Pipe and Fittings
ASTM F477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe
02512 - Fusible PVC Pipe
Page 2 of 9
ASTM F679 Standard Specification for Poly(Vinyl Chloride) (PVC) Large
Diameter Plastic Gravity Sewer Pipe and Fittings
ASTM F1057 Standard Practice for Estimating the Quality of Extruded Poly
(Vinyl Chloride) (PVC) Pipe by the Heat Reversion Technique
ASTM F1417 Standard Test Method for Installation Acceptance of Plastic
Gravity Sewer Lines Using Low-Pressure Air
UNI-B-6 Recommended Practice for Low-Pressure Air Testing of Installed
Sewer Pipe
UNI-PUB-08 Tapping Guide for PVC Pressure Pipe
NSF-14 Plastics Piping System Components and Related Materials
NSF-61 Drinking Water System Components--Health Effects
PPI TR-2 PVC Range Composition Listing of Qualified Ingredients
3. 02 MANUFACTURER REQUIREMENTS
1. All piping shall be made from PVC compound conforming to cell
classification 12454 per ASTM D1784
3.03 FUSION TECHNICIAN REQUIREMENTS
1 . Fusion Technician shall be fully qualified by the pipe manufacturer
to install fusible polyvinylchloride pipe of the type (s) and size (s)
being used. Qualification shall be current as of the actual date of
fusion performance on the project and shall be submitted to the
Engineer for review.
3.04 SPECIFIED PIPE SUPPLIERS
1. Fusible polyvinyl chloride pipe shall be used as manufactured under
the trade names Fusible C-9000, Fusible C-9050, and FPVC(@, for
Underground Solutions, Inc. , Poway, CA, (858) 679-9551. Fusion
process shall be as patented by Underground Solutions, Inc. , Poway,
CA, Patent No. 6, 982, 051.
3.05 WARRANTY
1. The pipe shall be warranted for one year per the pipe manufacturer
standard terms.
2 . In addition to the standard pipe warranty, the fusion services shall
be warranted for one year per the fusion service provider' s standard
terms.
3.06 PRE-CONSTRUCTION SUBMITTALS
1. The following PRODUCT DATA is required from the pipe manufacturer
and/or fusion provider:
1) Pipe Size
2) Dimensionality
3) Pressure Class per applicable standard
4) Color
5) Recommended Minimum Bending Radius
6) Recommended Maximum Safe Pull Force
7) Fusion technician qualification indicating conformance with this
specification
02512 - Fusible PVC Pipe
Page 3 of 9
3.07 POST-CONSTRUCTION SUBMITTALS
1. The following AS-RECORDED DATA is required from the contractor and/or
fusion provider to the owner or pipe manufacturer upon request:
1) Approved datalogger device reports
2) Fusion joint documentation containing the following information:
a) Pipe Size and Thickness
b) Machine Size
c) Fusion Technician Identification
d) Job Identification
e) Fusion Joint Number
f) Fusion, Heating, and Drag Pressure Settings
g) Heat Plate Temperature
h) Time Stamp
i) Heating and Cool Down Time of Fusion
j ) Ambient Temperature
4.0 PRODUCTS:
4 .01 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR POTABLE WATER
a. Fusible polyvinylchloride pipe shall conform to AWWA C900, AWWA C905,
ASTM D2241 or ASTM D1785 for standard dimensions, as applicable. Testing
shall be in accordance with the referenced AWWA standards for all pipe
types.
b. Fusible polyvinylchloride pipe shall be extruded with plain ends. The
ends shall be square to the pipe and free of any bevel or chamfer.
There shall be no bell or gasket of any kind incorporated into the
pipe.
c. Fusible polyvinyl chi oride pipe shall be manufactured in a standard 40'
nominal length, or custom lengths as specified.
d. Fusible polyvinyl chloride pipe shall be blue in color for potable water
use.
e. Pipe shall be marked as follows:
1. Nominal pipe size
2. PVC
3. Dimension Ratio, Standard Dimension Ratio, or Schedule
4. AWWA pressure class, or standard pressure rating for non-AWWA pipe,
as applicable
5. AWWA standard designation number, or pipe type for non-AWWA pipe,
as applicable
6. NSF-61 mark verifying suitability for potable water service
7. Extrusion production-record code
8. Trademark or trade name
9. Cell Classification 12454 and/or PVC material code 1120 may also be
included
f. Pipe shall be homogeneous throughout and be free of visible cracks,
holes, foreign material, blisters, or other visible deleterious faults.
4 . 02 FUSION JOINTS
a. Unless otherwise specified, fusible polyvinyl chloride pipe lengths
shall be assembled in the field with butt-fused joints. The Fusion
Technician shall follow the pipe manufacturer ' s written guidelines
for this procedure. All fusion joints shall be completed as described
in this specification.
02512 - Fusible PVC Pipe
Page 4 of 9
4 .03 CONNECTIONS AND FITTINGS FOR PRESSURE APPLICATIONS
a. Connections shall be defined in conjunction with the coupling of
project piping, as well as the tie-ins to other piping systems.
b. DUCTILE IRON MECHANICAL AND FLANGED FITTINGS
Acceptable fittings for use with fusible polyvinylchloride pipe shall
include standard ductile iron fittings conforming to AWWA/ANSI
C110/A21.10, or AWWA/ANSI C153/A21.53 and AWWA/ANSI C111/A21. 11.
1. Connections to fusible poi yvinyl chic ride pipe may be made using a
restrained retainer gland product for PVC pipe, as well as for MJ
or flanged fittings.
2. Bends, tees and other ductile iron fittings shall be restrained with
the use of thrust blocking or other means as indicated in the
construction documents.
3. Ductile iron fittings and glands must be installed per the
manufacturer' s guidelines.
c. CONNECTION HARDWARE
1. Bolts and nuts for buried service shall be stainless steel.
5.0 EXECUTION:
5. 01 DELIVERY AND OFF-LOADING
a. All pipe shall be bundled or packaged in such a manner as to provide
adequate protection of the ends during transportation to the site.
Any pipe damaged in shipment shall be replaced as directed by the owner
or engineer.
b. Each pipe shipment should be inspected prior to unloading to see if
the load has shifted or otherwise been damaged. Notify owner or
engineer immediately if more than immaterial damage is found. Each
pipe shipment should be checked for quantity and proper pipe size,
color, and type.
c. Pipe should be loaded, off-loaded, and otherwise handled in accordance
with AWWA M23, and all of the pipe manufacturer ' s guidelines shall be
followed.
d. Off-loading devices such as chains, wire rope, chokers, or other pipe
handling implements that may scratch, nick, cut, or gouge the pipe are
strictly prohibited.
e. During removal and handling, be sure that the pipe does not strike
anything. Significant impact could cause damage, particularly during
cold weather.
f. If appropriate unloading equipment is not available, pipe may be
unloaded by removing individual pieces. Care should be taken to insure
that pipe is not dropped or damaged. Pipe should be carefully lowered,
not dropped, from trucks.
02512 - Fusible PVC Pipe
Page 5 of 9
5.02 HANDLING AND STORAGE
a. Any length of pipe showing a crack, or which has received a blow that
may have caused an incident fracture, even though no such fracture can
be seen, shall be marked as rejected and removed at once from the work.
Damaged areas, or possible areas of damage may be removed by cutting
out and removing the suspected incident fracture area. Limits of the
acceptable length of pipe shall be determined by the owner or engineer.
b. Any scratch or gouge greater than 100 of the wall thickness will be
considered significant and can be rejected unless determined
acceptable by the owner or engineer.
c. Pipe lengths should be stored and placed on level ground. Pipe should
be stored at the job site in the unit packaging provided by the
manufacturer. Caution should be exercised to avoid compression,
damage, or deformation to the ends of the pipe. The interior of the
pipe, as well as all end surfaces, must be kept free from dirt and
foreign matter through the use of an approved end cover or cap.
d. Pipe shall be handled and supported with the use of woven fiber pipe
slings or approved equal. Care shall be exercised when handling the
pipe to not cut, gouge, scratch or otherwise abrade the piping in any
way.
e. If pipe is to be stored for periods of 1 year or longer, the pipe
should be shaded or otherwise shielded from direct sunlight. Covering
of the pipe which allows for temperature build-up is strictly
prohibited. Pipe should be covered with an opaque material while
permitting adequate air circulation above and around the pipe as
required to prevent excess heat accumulation.
f. Pipe shall be stored and stacked per the pipe manufacturer guidelines.
5. 03 FUSION PROCESS
a. GENERAL
1. Fusible polyvinylchloride pipe will be handled in a safe and non-
destructive manner before, during, and after the fusion process and
in accordance with this specification and pipe manufacturer ' s
guidelines.
2. Fusible polyvinyl chloride pipe will be fused by qualified fusion
technicians, as documented by the pipe manufacturer .
3. Each fusion joint shall he recorded and logged by an electronic
monitoring device (data logger) connected to the fusion machine.
4. Only appropriately sized and outfitted fusion machines that have
been approved by the pipe manufacturer shall be used for the fusion
process. Fusion machines must incorporate the following elements:
a) HEAT PLATE - Heat plates shall be in good condition with no
deep gouges or scratches. Plates shall be clean and free of
any debris or contamination. Heater controls shall function
properly; cord and plug shall be in good condition. The
appropriately sized heat plate shall be capable of maintaining
a uniform and consistent heat profile and temperature for the
size of pipe being fused, per the pipe manufacturer ' s
guidelines.
02512 - Fusible PVC Pipe
Page 6 of 9
b) CARRIAGE - Carriage shall travel smoothly with no binding at
less than 50 psi. Jaws shall be in good condition with proper
inserts for the pipe size being fused. Insert pins shall be
installed with no interference to carriage travel.
c) GENERAL MACHINE - Overview of machine body shall yield no obvious
defects, missing parts, or potential safety issues during
fusion.
d) DATA LOGGING DEVICE - An approved datalogging device with the
current version of the pipe manufacturer ' s recommended and
compatible software shall be used. Datalogging device
operations and maintenance manual shall be with the unit at all
times. If fusing for extended periods of time, an independent
110V power source shall be available to extend battery life.
5. Other equipment specifically required for the fusion process shall
include the following:
a) Pipe rollers shall be used for support of pipe to either side
of the machine.
b) A weather protection canopy that allows full machine motion of
the heat plate, fusion assembly and carriage shall be provided
for fusion in inclement, extreme temperatures, and /or windy
weather, per the pipe manufacturer ' s recommendations.
c) An infrared (IR) pyrometer for checking pipe and heat plate
temperatures.
d) Fusion machine operations and maintenance manual shall be kept
with the fusion machine at all times.
e) Facing blades specifically designed for cutting fusible
polyvinylchloride pipe shall be used.
b. JOINT RECORDING
Each fusion joint shall be recorded and logged by an electronic
monitoring device (data logger) connected to the fusion machine. The
fusion data logging and joint report shall be generated by software
developed specifically for the butt-fusion of fusible polyvinyl
chloride pipe. The software shall register and/or record the
parameters required by the pipe manufacturer and these specifications.
Data not logged by the data logger shall be logged manually and be
included in the Fusion Technician' s joint report.
5. 04 GENERAL INSTALLATION
a. Installation guidelines from the pipe manufacturer shall be followed
for all installations.
b. The fusible polyvinylchloride pipe will be installed in a manner so as
not to exceed the recommended bending radius.
c. Where fusible polyvinylchloride pipe is installed by pulling in
tension, the recommended Safe Pulling Force established by the pipe
manufacturer shall not be exceeded.
5.05 PREPARATION PRIOR TO MAKING CONNECTIONS INTO EXISTING PIPING SYSTEMS
1. Approximate locations for existing piping systems are shown in the
construction documents. Prior to making connections into existing
piping systems, the contractor shall:
02512 - Fusible PVC Pipe
Page 7 of 9
2. Field verify location, size, piping material, and piping system of
the existing pipe.
3. Obtain all required fittings, which may include saddles, sleeve
type couplings, flanges, tees, or others as shown in the
construction documents.
4. Have installed all temporary pumps and/or pipes in accordance with
established connection plans.
5. Unless otherwise approved, new piping systems shall be completely
assembled and successfully tested prior to making connections into
existing pipe systems.
5. 06 PIPE SYSTEM CONNECTIONS
a. Pipe connections shall be installed per applicable standards and
regulations, as well as per the connection manufacturer's guidelines
and as indicated in the construction documents . Pipe connections to
structures shall he installed per applicable standards and
regulations, as well as per the connection manufacturer' s guidelines.
5.07 TAPPING FOR POTABLE AND NON-POTABLE WATER APPLICATIONS
a. Tapping shall be performed using standard tapping saddles designed for
use on PVC piping in accordance with AWWA C605. Tapping shall be
performed only with use of tap saddles or sleeves. NO DIRECT TAPPING
WILL BE PERMITTED. Tapping shall be performed in accordance with the
applicable sections for Saddle Tapping per Uni-Pub-8.
b. All connections requiring a larger diameter than that recommended by
the pipe manufacturer , shall be made with a pipe connection as
specified and indicated on the drawings.
c. Equipment used for tapping shall be made specifically for tapping PVC
pipe:
1. Tapping bits shall be slotted "shell" style cutters, specifically
made for PVC pipe. `Hole saws' made for cutting wood, steel,
ductile iron, or other materials are strictly prohibited.
2. Manually operated or power operated drilling machines may be used.
d. Taps may be performed while the pipeline is filled with water and under
pressure ( `wet' tap, ) or when the pipeline is not filled with water
and not under pressure ( `dry' tap) .
6.0 TESTING:
a. Testing shall comply with all applicable jurisdictional building
codes, statutes, standards, regulations, and laws.
b. HYDROSTATIC TESTING AND LEAKAGE TESTING FOR PRESSURE PIPING
1. Hydrostatic and leakage testing for piping systems that contain
mechanical jointing as well as fused PVC jointing shall comply
with City Standard Specification 026202 - Hydrostatic Testing of
Pressure System and AWWA C605.
2 . In preparation for pressure testing the following parameters must
be followed:
02512 - Fusible PVC Pipe
Page 8 of 9
1) All air must be vented from the pipeline prior to
pressurization. This may be accomplished with the use of
the air relief valves or corporation stop valves, vent
piping in the testing hardware or end caps, or any other
method which adequately allows air to escape the pipeline
at all high points. Venting may also be accomplished by
`flushing' the pipeline in accordance with the parameters
and procedures as described in AWWA C605.
2) The pipeline must be fully restrained prior to
pressurization. This includes complete installation of
all mechanical restraints per the restraint
manufacturer' s guidelines, whether permanent or temporary
to the final installation. This also includes the
installation and curing of any and all required thrust
blocking. All appurtenances included in the pressure
test, including valves, blow-offs, and air-relief valves
shall be checked for proper installation and restraint
prior to beginning the test.
3) Temporary pipeline alignments that are being tested, such
as those that are partially installed in their permanent
location shall be configured to minimize the amount of
potentially trapped air in the pipeline.
c. DISINFECTION OF THE PIPELINE FOR POTABLE WATER PIPING
1. After installation, the pipeline, having passed all required
testing, shall be disinfected prior to being put into service.
Unless otherwise directed by the owner or engineer, the pipeline
will be disinfected per City Standard Specification 026402 and
AWWA C651.
d. PARTIAL TESTING
2 . Segments of the pipe may be tested separately in accordance with
standard testing procedure, as approved by the owner and
engineer.
END OF SECTION
02512 - Fusible PVC Pipe
Page 9 of 9
SECTION 02620 - STORM WATER POLLUTION PREVENTION
PART 1 SCOPE:
This specification shall govern for all work under the contract related to storm water pollution
prevention. This specification is a performance specification as defined in Article TS-1 of the
Technical Special Provisions.
PART 2 REQUIREMENTS:
2.1 General:
The Texas Commission on Environmental Quality (TCEQ) and the City of Corpus Christi require
construction activity for sites over one acre to meet Texas Pollutant Discharge Elimination System
(TPDES) requirements for storm water discharges. The TPDES requirements include the submission
of a "Notice Of Intent (NOI) for Storm Water Discharges Associated with Industrial Activity Under
the TPDES General Permit" to seek coverage under the TCEQ General Permit and the use of Best
Management Practices for construction activities as outlined in the Pollution Prevention Plan. The
intent of the storm water management is to improve water quality by reducing the pollutants in storm
water discharges. Storm water means stonn water runoff and surface runoff and drainage. Any person
who violates the TCEQ General Permit may be subject to fines and/or imprisonment. Attached to and
a part of this specification are the following items:
a. Storm Water Pollution Prevention Plan(SWPPP)
The Contractor will find the following required forms on the TCEQ website www.tceq.state.tx.us.
a. Notice of Intent(NOI)
b. Notice of Termination(NOT)
2.2 Notice Of Intent(NOI):
A"Notice Of Intent(NOI) for Storm Water Discharges Associated with Industrial Activity Under the
TPDES General Permit" TCEQ Form 20022 (02/03) must be completed and retained on-site by the
operator of the construction site. The operator is defined as the party or parties that have operational
control over the site specifications,the Owner,and the party or parties that have day-to-day operational
control of those activities at the site necessary to ensure compliance with the pollution prevention plan
requirements and permit conditions, the Contractor. The Contractor will be required to complete and
sign the NOI after the project has been awarded and prior to beginning any construction activity. For
signatory requirements refer to the back instructions of the NOI form. The Contractor's NOI shall be
submitted to the Owner's Representative and will be submitted to the TCEQ with the Owner's NOI. A
copy of the Owner's and Contractor's NOI must be retained on-site at all times. If at any time the
Contractor is changed then a NOI must be submitted at least two days prior to when the new
Contractor commences work at the site. The construction is covered under the TCEQ General Permit
two days after the date that the submitted NOI is postmarked. A copy of the NOI is included with this
specification.
2.3 Notice Of Termination(NOT):
A "Notice of Termination (NOT) Of Coverage Under the TPDES General Permit for Storm Water
Discharges Associated with Industrial Activity" TCEQ Form 20023 (02/03) must be submitted to the
TCEQ after final stabilization of the site and storm water run-off from construction activities are
eliminated, or when the construction Contractor changes. Final stabilization is when all soil disturbing
activities at the site have been completed and that a uniform perennial vegetative cover with a density
of 70% of the cover for unpaved areas and areas not covered by permanent structures has been
established or equivalent permanent stabilization measures, such as the use of rip rap, gabions, or
geotextlles,have been employed.
02620—Storm Water Pollution Prevention
Page 1
2.4 Storm Water Pollution Prevention Plan (SWPPP):
a. General:
A SWPPP has been prepared for this project and is included with this specification. The SWPPP
identifies potential sources of pollution that may be expected to affect the quality of storm water
discharges from the construction site and includes a site description, erosion and sediment
controls, storm water management, other controls, maintenance procedures and inspection
procedures to ensure compliance with the terms and conditions of the TCEQ General Permit. The
Contractor shall sign the SWPPP certification, retain a copy of the NOI and SWPPP on-site and
implement,maintain and inspect the control techniques required by the SWPPP.
b. Inspection and Maintenance:
Inspection and maintenance is required for all areas disturbed by construction activity and for all
erosion and sediment controls that are used. Inspection shall be performed at least once a week,
after each significant rainfall and for as long as a portion of the site is disturbed. The Contractor
should select one individual who will be responsible for the inspection and maintenance of the
system. The inspector will look at the control measures and determine if they are performing
correctly and effectively. A report form is provided in the SWPPP for the inspector to use.
Additional information and requirements are detailed in Section E - Maintenance/Inspection
Procedures of the SWPPP.
c. Certifications:
An Owner and Contractors Certification page is provided in the SWPPP. The Contractor must
identify and fill in any Sub-Contractors that are involved in implementation of the SWPPP. All
Contractors or Sub-Contractors identified must sign and date a copy of the certification statement.
d. Storm Water Pollution Prevention Plan:
The SWPPP, including the NOI and NOT, are included on the following pages. After award of
the project and execution of the NOI and certifications, copies of these documents will be bound
together in the executed contract documents. Two copies of the contract documents that contain
the SWPPP will be provided to the Contractor and one copy must be kept on-site of the
construction activities at all times. The City of Corpus Christi has adopted Ordinance#22941 to
implement a program to reduce the discharge of pollutants and the Contractor shall comply with
all applicable provisions of said ordinance.
PART 3 STORM WATER POLLUTION PREVENTION PLAN:
3.1 Site Description:
a. The project limits are as follows: Along FM43: From CR43 to SH286, Along SH286: From
FM43 to FM2444,Along SH286: From FM43 to Oso Creek, and Along FM2444:From SH286 to
CR43.
b. Project Location: The project is located west of Oso Creek, south of FM 43 and north of FM 2444
as shown on Sheet 4 of the plans.
Latitude .......................................................................... 27' 39' 59.21" N
Longitude ....................................................................... 97' 27' 14.26" W
c. Owner: City of Corpus Christi
d. Construction Contractor:
e. Name of Receiving Waters: Oso Creek
f. Site Map: The Storm Water Pollution Prevention Plan Site Map is provided on Sheet 50 of the
plans.
g. Final site coefficient of runoff:
h. Quantity of runoff: Per City of Corpus Christi Master Plan runoff curves(5 year storm,30 min.
duration)Q—2.0 cfs/ac. (31 ac. site)—62 cfs (See Owner Certification)
02620—Storm Water Pollution Prevention
Page 2
3.2 Description of Controls:
a. Stabilization Practices:
(1) Stabilized construction entrances.
(2) Silt fences
(3) Temporary seeding.
(4) Sprinkling for dust control.
(5) Mulching
(6) Sod stabilization
(7) vegetative buffer strips
(8) Protection of trees
b. Structural Practices:
(1) Earth dike
(2) Inlet protection and outlet protection.
(3) Storm sewer and curb and gutter.
(4) Sediment traps
(5) Check dams.
.3.3 Other Controls:
a. Waste Disposal:
(1) Waste Materials:
All waste materials will be collected and stored in a securely lidded metal Dumpster rented
from a reputable disposal company licensed for solid waste disposal. The Dumpster will meet
all local, State and Federal solid waste management regulations. All trash and construction
debris from the site will be disposed in the Dumpster. The Dumpster will be emptied as
necessary and the trash hauled to a permitted waste disposal site. No construction waste
materials will be buried on site. All personnel will be instructed regarding the correct
procedure for waste disposal. The Pollution Prevention Plan will be posted in the office
trailer and the Construction Superintendent will be responsible for seeing that these
procedures are followed.
(2) Hazardous Waste:
All hazardous waste materials will be disposed of in the manner as required by City, State or
Federal regulations or by the materials manufacturer. All personnel will be instructed
regarding the correct procedure for handling hazardous waste and the Construction
Superintendent will be responsible for seeing that these procedures are followed.
(3) Sanitary Waste:
All sanitary waste will be collected from portable units as necessary and/or required by
governing regulations. Collection will be by a licensed or permitted Disposal Company and
the waste properly disposed of.
b. Offsite Vehicle Tracking:
Stabilized construction entrances will be provided to help reduce vehicle tracking of sediments.
The paved street adjacent to the site entrance will be swept daily to remove any excess mud, dirt
or rock tracked from the site.
3.4 Demonstration of Compliance with Federal, State and Local Regulations:
This plan follows the outline provided to meet the requirements of Federal regulations concerning
storm water management. The City of Corpus Christi has adopted Ordinance No. 22941 requiring
Storm Water Quality Management Plans and Pollution Control Measures, Construction, Inspections
and Soil Stabilization.
02620—Storm Water Pollution Prevention
Page 3
3.5 Maintenance/Inspection Procedures:
a. Erosion and Sediment Control Maintenance and Inspection Practices.
(1) Temporary seeding.
(2) Permanent seeding
(3) Sprinkling for dust control.
(4) Mulching
(5) Sod stabilization
(6) Vegetative buffer strips
(7) Protection of trees
(8) Silt fence.
(9) Inlet protection and outlet protection
(10)Culverts
(11)Earth dike
(12) Storm sewer and curb and gutter
(13) Stabilized construction entrances
(14) Sediment traps
(15)Check dams
b. Erosion and Sediment Control Inspection and Maintenance Practices:
These are the inspection and maintenance practices that will be used to maintain erosion and
sediment controls.
(1) Where possible, the site work will be performed in phases leaving certain areas
undisturbed as the work progresses.
(2) All control measures will be inspected at least once each week and following any storm
event of 0.5 inches or greater.
(3) All measures will be maintained in good working order; if a repair is necessary, it will be
initiated within 24 hours of report.
(4) Built up sediment will be removed from silt fence when it has reached one-third the height
of the fence.
(5) Silt fence will be inspected for depth of sediment, tears, to see if the fabric is securely
attached to the fence posts, and to see that the fence posts are firmly in the ground.
(6) Earthen dikes, sediment traps and check dams will be inspected to verify they are
functioning as originally constructed.
(7) Temporary and permanent seeding,planting,mulching,sod stabilization and vegetative
buffer strips will be inspected for bare spots,washouts and healthy growth.
(8) A maintenance inspection report will be made after each inspection. A copy of the report
form to be completed by the inspector is shown at the back of this Subsection.
(9) The Construction Superintendent will select one individual who will be responsible for
inspections, maintenance and repair activities, and filling out the inspection and
maintenance report.
(10) Personnel selected for inspection and maintenance responsibilities will receive training
from the Construction Superintendent. They will be trained in all the inspection and
maintenance practices necessary for keeping the erosion and sediment controls used on
site in good working order.
(11) Inspection report with certification for compliance should be retained for at least three
years.
3.6 Inventory For Pollution Prevention Plan:
The materials or substances listed below are expected to be present onsite during construction:
a. Lumber
b. PVC pipe
c. Ductile iron Pipe
d. Steel pipe and products
e. Aluminum products
f. Fiberglass products
g. Concrete and masonry materials
02620—Storm Water Pollution Prevention
Page 4
h. Vinyl flooring material
i. Mineral fiber ceiling material
j. Polyethylene products
k. Petroleum and asphalt products
1. Paint
in. Fertilizer
n. Herbicides
3.7 Management Practice To Prevent Spills:
a. General Material Management Practices:
The following are the material management practices that will be used to reduce the risk of spills
or other accidental exposure of materials and substances to storm water runoff. The following
good housekeeping practices will be followed onsite during the construction project.
(1) An effort will be made to store only enough product required to do the job.
(2) All materials stored onsite will be stored in a neat, orderly manner in their appropriate
containers and,if possible,under a roof or other enclosure.
(3) Products will be kept in their original containers with the original manufacturer's label.
(4) Substances will not be mixed with one another unless recommended by the manufacturer.
(5) Whenever possible, all of a product will be used up before disposing of the container.
(6) Manufacturers' recommendations for proper use and disposal will be followed.
(7) The site superintendent will inspect daily to ensure proper use and disposal of materials
onsite.
b. Hazardous Products Management Practices:
These practices are used to reduce the risks associated with hazardous materials.
(1) Products will be kept in original containers unless they are not resealable.
(2) Original labels and material safety data will be retained; they contain important product
information.
(3) If surplus product must be disposed of, manufacturers' or local and State recommended
methods for proper disposal would be followed.
c. Product Specific Practices
The following product specific practices will be followed onsite.
(1) Petroleum Product:
All onsite vehicles will be monitored for leaks and receive regular preventive maintenance to
reduce the chance of leakage. Petroleum products will be stored in tightly sealed containers,
which are clearly labeled. Any asphalt substances used onsite will be applied according to the
manufacturer's recommendations.
(2) Fertilizers:
Fertilizers used will be applied only in the minimum amounts recommended by the
manufacturer. Once applied, fertilizer will be worked in the soil to limit exposure to storm
water. Storage will be in a covered shed. The contents of any partially used bags of fertilizer
will be transferred to a sealable plastic bin to avoid spills.
(3) Herbicides:
Herbicides used will be applied only in the minimum amounts recommended by the
manufacturer. Applications shall be accomplished only at times when wind will not cause
over spray. Storage will be in a covered shed. Partially used containers of herbicides will be
tightly resealed.
(4) Paints:
All containers will be tightly sealed and stored when not required for use. Excess paint will
not be discharged to the storm sewer system but will be properly disposed of according to
manufacturer's instructions or State and local regulations.
(5) Concrete Trucks:
Concrete trucks will wash out or discharge surplus concrete or drum wash water only in
specific areas selected and maintained by the Contractor. The Contractor will remove this
waste material at the completion of the project.
02620—Storm Water Pollution Prevention
Page 5
3.8 Spill Prevention And Cleanup:
In addition to the management practices discussed in the previous sections of this plan, the following
practices will be followed for spill prevention and cleanup:
a. Manufacturers' recommended methods for spill cleanup will be clearly posted and site personnel
will be made aware of the procedures and location of the information and cleanup supplies.
b. Materials and equipment necessary for spill cleanup will be kept in the material storage area
onsite. Equipment and materials will include but not be limited to brooms, dust pans,mops,rags,
gloves, goggles, kitty litter, sand, sawdust, and plastic and metal trash containers specifically for
this purpose.
c. All spills will be cleaned up immediately after discovery.
d. The spill area will be kept well ventilated and personnel will wear appropriate protective clothing
to prevent injury from contact with a hazardous substance.
e. Spills of toxic or hazardous material will be reported to the appropriate State or local government
agency,regardless of the size.
f. The spill prevention plan will be adjusted to include measures to prevent this type of spill from
reoccurring and how to clean up the spill if there is another one. A description of the spill, what
caused it,and the cleanup measures will also be included.
g. The Construction Superintendent responsible for the day-to-day site operations will be the spill
prevention and cleanup coordinator. He will designate at least one other site personnel who will
receive spill prevention and cleanup training; this individual will become responsible for a
particular phase of prevention and cleanup. The names of responsible spill personnel will be
posted in the material storage area and in the office trailer onsite.
02620—Storm Water Pollution Prevention
Page 6
STORM WATER POLLUTION PREVENTION PLAN
INSPECTION AND MAINTENANCE REPORT
CHANGES REQUIRED TO THE POLLUTION PREVENTION PLAN:
REASONS FOR CHANGES:
INSPECTORS SIGNATURE:
DATE:
02620—Storm Water Pollution Prevention
Page 7
OWNER CERTIFICATION
I certify under penalty of law that this document and all attachments were prepared under my direction or
supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated
the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons
directly responsible for gathering the information, the information submitted is, to the best of my knowledge and
belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information,
including the possibility of fine and imprisonment for knowing violations.
Signed:
Date:
CONTRACTOR'S CERTIFICATION
I certify under penalty of law that I understand the terms and conditions of the general Texas Pollutant Discharge
Elimination System (TPDES) permit that authorizes the storm water discharges associated with industrial activity
from the construction site identified as part of this certification.
SIGNATURE: COMPANY ACTIVITY RESPONSIBLE FOR:
Date:
Date:
Date:
Date:
Date:
Date:
02620—Storm Water Pollution Prevention
Page 8
STORM WATER POLLUTION PREVENTION PLAN
INSPECTION AND MAINTENANCE REPORT
STRUCTURAL CONTROLS
DATE: INSPECTORS INITIALS:
SILT FENCE:
IS THE BOTTOM OF IS THE FABRIC TORN ARE THE POSTS TIPPED HOW DEEP 1S THE
THE FABRIC STILL OR SAGGING? OVER? SEDIMENT?
BURIED?
MAINTENANCE REQUIRED FOR SILT FENCE:
TO BE PERFORMED BY: ON OR BEFORE:
Note: Inspections and reports to be performed at least once each week and following any storm event of
inch or greater.
02620—Storm Water Pollution Prevention
Page 9
STORM WATER POLLUTION PREVENTION PLAN
(SEE SHEET 50)
02620—Storm Water Pollution Prevention
Page 10
CONSTRUCTION SITE NOTICE
"PRIMARY OPERATOR"
02620—Storm Water Pollution Prevention
Page 11
LARGE CONSTRUCTION SITE NOTICE
FOR THE
Texas Commission on Environmental Quality (TCEQ)
Stormwater Program
TPDES GENERAL PERMIT TXR150000
"PRIMAR Y OPERA TOR"NOTICE
This notice applies to construction sites operating under Part ILE.3. of the TPDES General Permit
Number TXR150000 for discharges of stormwater runoff from construction sites equal to or greater
than five acres, including the larger common plan of development. The information on this notice is
required in Part IILD.2. of the general permit. Additional information regarding the TCEQ
stormwater permit program may be found on the internet at:
https://www.tceq.texas.gov/permitting/stoi7mwater/construction
Site-Specific TPDES Authorization Number:
Operator Name:
Contact Name and Phone Number:
Project Description: Physical address or description of the
site's location, and estimated start date and projected end
date, or date that disturbed soils will be stabilized.
Location of Stormwater Pollution Prevention Plan:
CONSTRUCTION SITE NOTICE
"SECONDARY OPERATOR"
02620—Storm Water Pollution Prevention
Page 12
ONO,
dh"�Z�
LARGE CONSTRUCTION SITE NOTICE
FOR THE
Texas Commission on Environmental Quality (TCEQ)
Stormwater Program
TPDES GENERAL PERMIT TXR150000
"SECONDARY OPERATOR " NOTICE
This notice applies to secondary operators of construction sites operating under Part ILE.3. of the
TPDES General Permit Number TXR150000 for discharges of stormwater runoff from construction
sites equal to or greater than five acres, including the larger common plan of development. The
information on this notice is required in Part III.D.2. of the general permit. Additional information
regarding the TCEQ stormwater permit program may be found on the internet at:
https://www.tceq.texas.gov/permitting/stormwater/construction
Site-Specific TPDES Authorization Number:
Operator Name:
Contact Name and Phone Number:
Project Description: Physical address or description of the
site's location, and estimated start date and projected end
date, of date that disturbed soils will be stabilized.
Location of Stormwater Pollution Prevention Plan (SWP3):
For Large Construction Activities Authorized Under Part II.E.3. (Obtaining Authorization to Discharge)
the following certification must be completed:
1 (Typed or Printed Name Person Completing This Certification)certify under
penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part ILE.3. of
TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A stormwater pollution prevention
plan has been developed and will be implemented prior to construction, according to permit requirements. A copy of this
signed notice is supplied to the operator of the MS4 if discharges enter an MS4. I am aware there are significant penalties for
providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for
knowing violations.
Signature and Title Date
Date Notice Removed
MS4 operator notified per Part H.F.3.
SECTION 05020
Welding (Steel Casing Pipe)
1 . DESCRIPTION
This specification, in conjunction with the other specifications listed in
Section 2 below, shall govern for all welding required to complete the
project. in the event of a conflict between this specification and other
specifications listed herein, the more stringent requirements will govern.
2 . RELATED SPECIFICATIONS
(1) 02341 Guided Boring and Casing (Pilot Tube Method)
(2) 02342 Open Cutting and Casing - R1
3. WELDERS CERTIFICATIONS FOR ALL WATER DEPARTMENT PROJECTS
(1) All welders shall have to pass a (6G) -welding test prior to working
on City water pipeline projects.
(2) The Utility Department will not accept previous certifications from
the entities or companies.
(3) All welders shall be tested in a recognized or acceptable testing
lab to the Utility Department.
(4) All welders shall be tested to qualify for all positions and for all
material thickness required for that project.
(5) Welders with current credentials filed with the Utility Department
will not have to retest. (Current certifications expire if not
working on Utility Department projects for more than 6 mos. ) .
(6) The Utility Department shall not cover welder testing costs, pass or
fail.
(7) QA inspectors shall witness all welding tests. The attending QA
inspector can reject any phase of the welder's test.
(8) All tack-welders shall be certified according to positions and
material thickness requirements for that project.
(9) Welder's tests scheduling will require a 24-hour notice to the QA
inspectors for witnessing.
(10) All welding test coupons will be kept per QA inspector along with a
copy of the welding certifications.
(11) Other tests could be required to qualify welders for welding on
Utility Department projects other than pipelines.
4 . WELDING PROCEDURE SPECIFICATION (WPS) PARAMETERS
(1) All Utility Department projects shall be welded using F3 and F4
class electrodes .
05020 - Welding
Page 1 of 4
(2) All Utility Department projects shall be welded using 1/8" and/or
5/32" electrodes .
(3) All Utility Department projects using F4 class electrodes shall use
the vertical uphill welding direction of travel.
(4) All Utility Department projects using F3 class electrodes can use
vertical uphill or downhill according to WPS submittals and approval
per Water QA department.
(5) All Utility Department projects shall follow manufacturers
recommended amperage ranges for electrode type and size.
5. MINIMUM FIELD WELDING REQUIREMENTS
(1) All welders shall be required to have a rod oven in working
condition for storage of low-hydrogen electrodes.
(2) All electrodes of low-hydrogen type shall have a maximum field life
of 96 hours. This allows two bakes after opening new cans.
(3) All electrodes rejected per QA inspectors will not be used on
project.
(4) All welding machines will pull sufficient amperage for electrode
size and type with a minimal 30o amperage loss.
(5) Welding clearance will be minimal 18" amperage loss.
(6) All welding sites or bell holes shall be free from water and safely
accessible for welding inspectors.
(7) All OSHA shoring & safety rules will apply for QA inspectors access.
(8) Welding shall not be allowed in rainy conditions due to safety and
weld integrity.
(9) All weld locations shall be wire buffed or grinded before welding.
(10) All specifications will mention Standards and codes for field welds.
(11) All WPS submittals for field welds shall include detailed schematic
of welding processes.
(12) All WPS submittals for field welds shall be approved by A/E before
sending to QA inspector for review.
(13) Field documentation shall consist of digital photography, camcorder-
VHS and daily inspection records by QA inspectors. No exceptions.
(14) All welding details and schematics for every welded component shall
be submitted to the QA inspectors prior to project startup.
(15) Any changes to field welding processes will require a new WPS and a
PQR from the manufacturer of the welded product/AWS D1.1.
(16) Contractors shall notify the project inspector on startup (24 hrs.
notice) and shutdown of welding processes.
05020 - Welding
Page 2 of 4
6. WELD INSPECTION MINIMAL REQUIREMENTS
(1) Certified Welding Inspector (CWI) certification shall be required of
sub-contracted weld inspectors.
(2) Daily calibration of equipment shall be required for MT, UT as
required per AWS D1.1. to be witnessed per QA inspector.
(3) Level II certifications shall be required for MT, DPT, RT and UT
inspectors per AWS D1.1.
(4) Sub-contracted UT inspectors shall be required to submit schematics
showing location of anomalies on rejected components according to
AWS D1.1. , paragraph 6.27 .8.1.
(5) Sub-contracted CWI inspectors shall keep a record of welders and
their weld locations daily per AWS D1.1.
(6) Sub-contracted inspectors shall follow all of their company safety
rules and wear safety equipment while working on Water department
projects.
(7) NDE inspection companies will furnish inspection procedures
according to AWS 6.27.1.
(8) All weld inspections and weld repairs will be conducted using
designated standards per AWWA, and AWS D1.1 welding code. City
Engineers will determine these.
(9) Protocol for inspections shall be as follows:
a) Contractor will call sub-contracted inspector for weld
inspection with a 24 hour notice minimum.
b) Sub-contracted inspector (CWI) will perform weld inspection.
c) Contractor will leave one welder on weld site being inspected
to make repairs.
d) CWI will re-inspect for follow-up and acceptance.
e) CWI will approve or reject welds and document data.
f) CWI will relay results to A/E or engineering project inspector
and to QA inspector.
g) CWI will work directly under QA and A/E.
h) QA inspector or Project Inspector will approve time sheets for
sub-contracted inspectors daily.
i) QA inspector concerns will be directed to Engineering Project
Inspector or A/E representative.
j ) QA inspector shall notify our engineers if concerns are not
addressed per A/E.
k) QA inspector will follow Utility Department directives only.
I) All design changes and deviations from our specifications will
have to be made and approved by the City Engineering
department. Changes will include but not be limited to:
design, size, procedures, materials and processes.
m) CWI will notify QA inspector whenever leaving the jobsite.
05020 - Welding
Page 3 of 4
n) Sub-contracted welding inspection company will have a CWI on
the jobsite during all welding processes and stages of
welding, unless other arrangements are approved per QA
inspector.
o) Contractor shall not interfere with inspections, disrespect or
make any demands of any CWI or QA inspector. All concerns
shall be directed to the assigned project inspector.
p) Contractor shall provide safe access to all inspectors before
calling for inspections (according to OSHA safety rules and
regulations) .
05020 - Welding
Page 4 of 4
09910 - PAINTING
1.0 GENERAL REQUIREMENTS
1 . 01 SCOPE AND SPECIFICATION TYPE
This specification shall govern for all work necessary to accomplish
the painting required to complete the project.
1 . 02 SPECIFICATION TYPE
This is a performance specification as defined in Article TS-1 of the
Technical Special Provisions.
2.0 WORKMANSHIP
All work shall be done using "first class workmanship" . The Engineer
shall be the sole judge as to what constitutes "first class
workmanship" and shall have the right to immediately stop the work
covered under this section, if said work is not being done to his
satisfaction. The painting operation shall not resume until the
methods have been corrected to the Engineer's satisfaction.
3.0 PROTECTIVE COATING FOR UNDERGROUND PIPE
See water main pipe specifications.
4.0 COLORS
All colors shall be selected by the Engineer and/or Owner. The
Contractor shall prepare samples of colors for approval by the Engineer
and/or Owner.
5.0 SAMPLES
The Contractor shall submit for approval samples of paint materials
proposed for use, in three displays of each kind of color of paint to
be applied. The Contractor shall make panels used for displays,
representative of respective types of surfaces to which several kinds
and colors are to be applied in actual work. The Contractor shall not
order paint materials until color selections have been made and samples
approved.
6.0 PREPARATION OF SURFACES
6.01 GENERAL
Completely clean surface to be painted not less than 30 minutes, nor
more than 8 hours prior to application of paint.
6. 02 METAL
A. GENERAL:
All metal surfaces to be painted shall be cleaned by sandblasting,
except items that are shop coated. Cleaning shall be to "near White
Metal" SP-10 or NACE #2.
09910 - Painting
Page 1 of 7
B. NEAR WHITE METAL (Sand blast cleaning SP-10 or NACE #2. ) :
(1) Definition:
"Near White Metal" is a method of preparing the metal surfaces
for the application of protective coatings by removing mill
scale, rust, old paint and any foreign matter by propelling
sand through a nozzle with compressed air. This is defined as a
surface, gray white in appearance, being almost a completely
uniform metallic color, with very light shadows allowed over
less than 5% of the surface area.
(2) Procedure:
(a) Before blasting, grind smooth any rough welds and sharp
edges, as per MACE RP0078, Designation D for all fillet
butt and lap welds.
(b) Remove heavy deposits of oil and grease by detergent
cleaning using one pound Sodium Meta Silicate per five
gallons of water.
(c) The sand used shall be 16-35 mesh, or 20-60 sharp angular
grained silica sand or equivalent that is fresh water
washed, dried, properly graded and delivered to the job
site in moisture proof bags (bulk sand of equal quality and
size is acceptable) . Sand shall not be re-used. Anchor
profile shall be minimum of 20 mils but shall not exceed 40
mils.
(d) Compressed air shall be delivered at a minimum nozzle
pressure of 90 psi, not to exceed 110 psi. This shall be
free of detrimental amounts of condensed water and oil.
(e) All blast products shall be swept or blown from the surface
before priming commences.
(f) Blast cleaning will not be conducted on surfaces that may
become wet after blasting and before priming is complete,
or when surfaces are less than 5° F above dew point, or
when relative humidity is above 85%.
(g) The blasted surface shall be primed within 8 hours.
C. REMOVAL OF OIL AND GREASE:
Remove oil and grease with approved solvents such as naptha, or by
steam combined with approved detergent. USE OF GASOLINE OR KEROSENE
NOT PERMITTED.
D. SCRAPING, GRINDING AND CHIPPING:
Scrapers or other suitable grinding and chipping tools may be used
for removal of existing paint coating prior to repainting, or for
cleaning before application of secondary coats only when approved by
the Engineer.
09910 - Painting
Page 2 of 7
E. SANDBLASTING:
Clean such surfaces by "Near White" sandblasting and leave clean,
dry and ready to receive prime coat. Remove all dust and sand from
surfaces before painting. Take care to remove all sand and grit
around and between joints of connecting members.
Schedule operations to avoid settling of dust or grit on freshly
painted surfaces and adequately protect machinery or other equipment
in vicinity of sand- blasting work.
6.03 CONCRETE AND MASONRY
The Contractor shall thoroughly clean all existing and new concrete and
masonry with methods subject to the approval of the Engineer. The last
step in the cleaning operation shall be to wash the surface to be
painted with a 20 percent solution of muriatic acid and then the
surface shall be rinsed with fresh water. The surface shall be allowed
to dry thoroughly before applying paint.
6. 04 GALVANIZED METAL
Remove oil or soap film with detergent or emulsion cleaner, then use
zinc treatment such as Galva Prep or equivalent or blast lightly with
fine abrasive.
7.0 STORING AND MIXING OF PAINT
The Contractor shall use one convenient location for storing and mixing
of paint materials, and keep an approved type fire extinguisher
available in this area. The Contractor shall protect all areas where
paint is stored or painting is done and he shall remove oily rags and
waste from buildings at close of each day.
8.0 WEATHER AND SITE CONDITIONS
8 . 01 TEMPERATURE
Painting shall not be accomplished when either the surface or ambient
temperatures are less than 50 degrees Fahrenheit; or when temperature
drop of 20 degrees, or below 50 degrees Fahrenheit is forecast.
Material shall be stored in area where the extreme cold or heat will
not greatly affect viscosity. Coatings apply much better when product
temperature is held within 60' F - 90' F range (77° F is optimum) .
8 .02 HUMIDITY
Painting shall not be accomplished during misty or rainy weather, or on
surfaces that have any frost or moisture. Painting shall not be
permitted at temperatures less than 5° F above the dew point.
8 . 03 WIND AND DUST
Painting shall not be accomplished in dusty rooms or on the exterior
during excessive wind. The Engineer shall be the sole judge as to what
constitutes excessive wind.
9.0 APPLICATION PROCEDURES
9. 01 GENERAL
09910 - Painting
Page 3 of 7
Paint shall be applied by skilled workmen. Paint may be applied with
brush or spray equipment. Paint shall be applied in even and thorough
coats, without runs, sags or other blemishes. Contractor shall properly
sand painted surfaces between coats of enamel, paint or shellac when
applied to any surface other than masonry. Apply paints in accordance
with manufacturer's recommendations. Do not apply finish field
painting to machinery, equipment or piping until operational testing
has been completed.
9. 02 DRYING TIME
Allow thorough drying of each coat before succeeding coat is applied,
except when manufacturer recommends otherwise, or as specified herein.
9. 03 COVERAGE
Shall be as recommended by manufacturer.
9. 04 DELIVERY OF PAINT
Contractor shall deliver paint to the site in original, unbroken,
sealed containers, with manufacturer's label attached.
9. 05 THINNERS AND SOLVENTS
Contractor shall use only those thinners and solvents specified in
paint formulas of paint being used and mix in proportions as
recommended by paint manufacturer.
9. 06 BRUSH APPLICATION
Contractor shall apply paint in uniform thickness consistent with
specified coverage and with sufficient cross brushing to insure filling
of surface irregularities. He shall exercise particular care in
painting around rivet heads, bolt heads and nuts, in corners,
restricted spaces, and on irregular concrete surfaces.
9. 07 SPRAY APPLICATION
Contractor shall apply paint with adjustable air gun equipped with
suitable water trap to remove moisture from compressed air, and with
paint pot having hand or air driven agitator. Application of paint by
suitable airless spray equipment is acceptable. Paint shall be applied
with the width of spray not less than 6 inches nor more than 18 inches,
and with suitable pressure for particular type of paint being used.
Contractor shall make frequent checks to insure correct spreading rate
and coating, and apply without sags, runs or "orange peel" effect.
Correct all such imperfections. The Contractor shall take special care
to cover edges, corners and rivet head without bridging over of paint
film.
9. 08 APPLICATION OF PROTECTIVE COATING
When applying coats to prevent corrosion due to liquids and gases, the
coating must be complete and absolutely free of the slightest pinhole,
air pocket or other defect.
9. 09 PAINTING SHOP COATED METAL SURFACES
09910 - Painting
Page 4 of 7
A. PRIOR TO INSTALLATION:
After delivery to site of work, and prior to installation, keep all
shop coated metal work clean and free from corrosion. When
directed, clean and retouch damaged areas with additional primer.
B. AFTER INSTALLATION:
After erection or installation of shop coated metal work, clean and
retouch all rust spots, all places where paint has been rubbed or
scraped off, and all field rivet and bolt heads nuts.
After previously applied paint has hardened, and when surfaces to
receive succeeding coats of paint have been perfectly cleaned and
dried, apply paint as set out elsewhere in these specifications.
Allow interval of not less than 48 hours, or as recommended by
manufacturer, between coats, and if surface is to be submerged in
water, allow a minimum of 7 days or more for hardening of final coat
before placing in water.
C. MACHINERY AND ELECTRICAL EQUIPMENT:
After installation of machinery and electrical equipment, check base
coats carefully and retouch all damaged surfaces. Do not paint
nameplates, serial number bases, chrome or bronze trim, or any
rotating parts. Clean off any excess paint that impairs convenient
removal of covers or gauges, instrumentation or other equipment
fitted with doors or covers.
D. BOLTED AND EMBEDDED SURFACES:
All surfaces to be bolted together, bolted to concrete, embedded in
concrete or grouted, shall have prime and finish coats applied and
dried before installation.
10.0 CLEANING
Upon completion of painting operations, the Contractor shall clean off
all paint spots, oil and stain from all surfaces and leave entire
project in perfect condition as far as painting work is concerned.
Remove from premises all containers and debris resulting from painting
operations.
11.0 SURFACES TO RECEIVE PAINT
A. INTENT:
It is the intent of this specification that all ferrous metal or
unfinished material furnished on this project be furnished with a
protective coating, but stainless steel, aluminum, bronze, copper,
lead surfaces are not to be painted. Any factory painted item that
is damaged or shows any sign of corrosion prior to the date of
Substantial Completion shall be repainted by the Contractor.
Concrete or concrete block is to be painted only when shown on the
drawings to be painted.
B. SCHEDULE OF SURFACES TO BE PAINTED:
09910 - Painting
Page 5 of 7
The following schedule of surfaces to be painted is general and does
not change the intent of this section as stated above.
(1) Isolation Valve/Gate Valve Assembly:
(a) Paint all valve box covers.
(2) Vacuum Relief/Air Release Valve Assembly:
(a) Paint all piping and accessories associated with the valves
that are not stainless steel, brass, aluminum or
galvanized.
(b) Paint manhole ring and cover.
(c) Paint all bollards and vent stacks.
12.0 PAINTING EQUIPMENT, MACHINERY AND METAL WORK
A. EXTERIOR-STRUCTURAL STEEL, HANDRAILS, WALKWAYS & OTHER MISC. METAL
WORK: (Surface Preparation - Abrasive blast "Near White Metal" SP-
10, NACE # 2)
(1) Prime Coat:
a. 1 coat - Carboline Carboguard 60 Series - Min. 3 mils
b. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer 497-48/98 -
Min. 2 .5 DMT*
C. 1 coat - Tnemec Series 37-77 Chem-Prime - 2 .5 DMT*.
d. 1 coat - Sherwin-Williams Kem Kromik Universal Primer - Min.
2 .5 DMT*
(2) lntermediate Coat:
a. 1 coat - Carboline Carboguard 60 Series - Min. 3 DMT*, or
b. 1 coat - Pittsburgh Light Gray Aquapon #97-3/98 - Min. 3 DMT*,
C. 1 coat - Tnemec Series 66 Epoxoline - Min. 4 DMT*.
d. 1 coat - Sherwin-Williams Macrcpcxy 646 Epoxy- Min. 4 DMT*
(3) Top Coat:
a. 1 coat - Carboline Carbothane 134HG - Min. 2 .5 mils
b. 1 coat - Pittsburgh Pitthane (Polyurethane) - Min. 2 .5 DMT*,
C. 1 coat - Tnemec Series 75 Endura-Shield - Min. 2 .5 DMT* .
d. 1 coat - Sherwin-Williams Hi-Solids Polyurethane - Min. 2 .5
DMT*
* Minimum Dry Mil Thickness
13.0 T9-K4 PAINTING EXPOSED AND SUBMERGED METAL PIPING, VALVES, ETC.
A. EXPOSED VALVES, FITTINGS AND PIPES:
Surface Preparation - Abrasive blast "Near White Metal" SP-10, or
NACE # 2)
(1) Prime Coat:
a. 1 coat - Carboline Carboguard 60 Series - Min. 4 mils DMT*, or
b. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Min.
09910 - Painting
Page 6 of 7
2 .5 DMT*,
c. 1 coat - Tnemec Series 37-77 Chem-Prime - 2.5 DMT*.
d. 1 coat- Sherwin-Williams Kem Kromik Universal Primer - Min. 2.5 DMT*
(2) Intermediate Coat:
a. 1 coat - Carboline Carboguard 60 Series - Min. 4 DMT*, or
b. 1 coat - Pittsburgh Polyamide Epoxy Gray High Solids #97-151/159 -
Min. 5 DMT*
c. 1 coat - Tnemec Series 66 Epoxoline - Min. 4 DMT* .
d. 1 coat - Sherwin-Williams Macropoxy 646 - Min. 4 DMT*
(3) Top Coat:
a. 1 coat - Carboline Carbothane 134HG - Min. 2 mils DMT*, or
b. 1 coat - Pittsburgh Pitthane (Polyurethane) - Min. 2.5 DMT*,
c. 1 coat - Tnemec Series 75 Endura-Shield - Min. 2.5 DMT*.
d. 1 coat - Sherwin-Willilams Hi-Solids Polyurethane - Min 2.5 DMT*
* Minimum Dry Mil Thickness
14.0 T9-K5 RESPONSIBILITY FOR PAINT SYSTEMS
It is the intent of this specification to provide the Contractor with
several manufacturers ' paint systems on which to base his bid. The
manufacturers' list was furnished to the Engineer by each manufacturer
with the product designations listed herein and was represented to
list materials to be suitable for their intended use and that they
were comparable to other systems listed. The Contractor is
responsible for verifying with the paint manufacturer before he
purchases any material, that the paint system is suitable for use on
this project and that application rates, etc. , are in compliance with
the manufacturer's recommendations.
09910 - Painting
Page 7 of 7
15060 - MISCELLANEOUS PIPING
1.0 GENERAL REQUIREMENTS
1 . 01 SCOPE
The work includes all labor, materials, tools and equipment to provide
miscellaneous piping complete for the air release valve assembly as
shown on the drawings . This section does not cover ductile iron pipe,
steel pipe, concrete pressure pipe or PVC pipe, which are covered in
other sections.
1 . 02 SPECIFICATION TYPE
This is a performance specification as defined in Article TS-1 of the
Technical Special Provisions.
2.0 PRODUCTS/MATERIALS
2 . 01 GALVANIZED STEEL PIPE
A. Pipe Sleeves
Pipe sleeves shall be constructed from ASTM A-53 standard weight
Type E galvanized steel with threaded cast iron fittings.
B. Pipe 2 Inches and Smaller
Pipe shall be ASTM A-53 extra strong Type S galvanized steel with
forged steel threaded fittings.
C. Pipe 2-1/2 Inches and Larger
Pipe shall be ASTM A-53 extra strong Type E galvanized steel with
butt welded fittings.
3.0 CONSTRUCTION METHODS
3. 01 GENERAL
Contractor shall ensure that all mill scale, sand, and dirt has been
removed from the interior of all pipe and fittings.
Pipe threads shall conform to ASME B1.20.1 NPT. Pipe welding shall
conform to ANSI B31.1 "Code for Pressure Piping" .
3. 02 INSTALLATION
Piping shall be installed generally as indicated on the drawings.
Because of the small scale of the drawings, all offsets and fittings
may not be shown; however, the Contractor shall make all offsets and
furnish such fittings, traps, valves and accessories as may be
required to meet conditions, at no additional cost to the Owner. All
piping and the installations shall provide stacks and vents in out-of-
the-way or unimportant places and with continuous unbroken runs. Care
shall be taken to be sure pipe is not placed in a "bind" . Suitable
pipe supports and/or hangers shall be provided as necessary, even if
they are not shown on the drawings. Fittings and valves shall be at
the required locations and with joints centered and valve stems
plumbed.
3. 03 TESTS
The pipe system shall be tested at 150 psi hydrostatic pressure in
accordance with City Standard Specification 026202 - Hydrostatic
Testing of Pressure System.
15060 - Miscellaneous Piping
Page 1 of 2
3.04 WATER PIPING STERILIZATION
Piping shall be sterilized in accordance with City Standard
Specification 026402 Waterlines.
15060 - Miscellaneous Piping
Page 2 of 2
15104 GATE VALVES
1.0 GENERAL REQUIREMENTS
1.01 SCOPE
This specification shall govern for all work necessary to furnish and
install the gate valves required to complete the air release valve
assembly.
1 . 02 SPECIFICATION TYPE
This is a performance specification as defined in Article TS-1 of the
Technical Special Provisions.
1 . 03 GENERAL
All valves shall comply with the latest requirements of applicable
A.W.W.A. Specifications. All valves shall open in a counter-clockwise
direction. Valves to provide an unobstructed waterway of a diameter of
a circle not less than the full nominal diameter of the valve when the
gate is open. All valves shall be installed with the gate in a
vertical plane unless shown specifically otherwise on the drawings.
1 . 04 SUBMITTAL DATA
The manufacturer shall upon request furnish two (2) certified sets of
prints showing complete details, dimensions and materials used. The
manufacturer shall also upon request furnish a certified letter of
compliance stating that their valve meets these specifications. Also,
the manufacturer shall upon request furnish one (1) certified copy of
the physical tests of all metals used in the manufacture of the valve.
A. Approved Manufacturers
The manufacturers listed below are tentatively approved for use on
this project provided that equipment meets all requirements of
these specifications. If it is found, after bidding (or within one
year after installation and acceptance) , that equipment to be
furnished does not meet these specifications or fails to operate as
intended, the Engineer shall have the right to reject the equipment
or require the Contractor to modify the equipment to bring it into
compliance at no increase in cost to the Contract.
1) Clow Valve Company.
2) or approved equal.
2.0 PRODUCTS/MATERIALS
2 . 01 VALVES 2 INCHES THROUGH 24 INCHES
Valves shall be resilient-seated gate valves, designed for a minimum
of 250 psi water working pressure service. Resilient-seated valves
shall be of an acceptable manufacture and shall conform to AWWA
Standard Specification C-509, latest edition, except for changes or
additions as follows:
A. The valve body, bonnet and gate castings shall be ductile iron.
B. The resilient-seated gate valves shall have non-rising stems.
15104 - Gate Valves
Page 1 of 3
C. Valve ends shall be flanged or mechanical joint type or a
combination of these as set out below. A complete set of joint
materials shall be furnished with each valve, except for flanges.
Mechanical joints shall be furnished with mega lug joint restraint
fitting.
D. Stem seals shall be the 0-ring type.
E. Valves shall open left (counter clockwise) .
F. Tapping valves to be used with tapping saddles shall have one end
mechanical joint.
G. Valves 16" and larger shall be furnished for horizontal
installation and shall be equipped with bevel gears.
2 . 02 PROTECTIVE COATINGS
The interior and exterior of valves shall be shop coated for corrosion
protection.
A. INTERIOR OF 2-INCH THROUGH 24-INCH VALVE
1. Body And Bonnet:
Factory applied epoxy coating conforming to AWWA Standard
Specification C550.
2. Gate:
Factory applied rubber encapsulated conforming to AWWA Standard
Specification C509.
B. EXTERIOR OF 2-INCH THROUGH 24-INCH VALVE
1. Above Ground Installation:
Factory applied epoxy coating conforming to AWWA Standard
Specification C550 .
2. Below Ground Installation:
Factory applied epoxy coating conforming to AWWA Standard
Specification C550 .
C. FIELD PAINTING
In addition to the factory coatings listed above, the exterior of
the valves shall be coated as described in Technical Specification
09910 - Painting.
3.0 CONSTRUCTION METHODS
3. 01 ABOVE GROUND INSTALLATION
Gate valves 3-inches and larger installed above ground, in a valve
vault or manhole, shall be furnished with handwheel, position
indicator and flanged ends. Flanged ends shall be rated at 250 p.s.i.
and conform to ANSI/AWWA Standard Specification C115/A21.15. Flanges
shall have the same drilling as ASME B16.1, Class 125 flanges. Valves
2-inch and smaller shall be furnished with threaded ends. All valves
whose centerline is 6 ft. or greater above the floor shall be equipped
with a chainwheel actuator.
3. 02 UNDERGROUND INSTALLATION
15104 - Gate Valves
Page 2 of 3
Gate valves installed underground shall be furnished with mechanical
joint ends, wrench nut with extension to within 6" of top of valve box
and cast iron valve box. Mechanical joints shall conform to ANSI/AWWA
Standard Specification C111/A21.11. Valve box shall be an adjustable
road type valve box with a minimum opening of 5-inches. Valve box
shall be cast iron and shall be complete with base, extension, top
section and cover. The base shall be of proper size to fit the valves
on which the base is installed.
15104 - Gate Valves
Page 3 of 3
15108 - COMBINATION AIR RELEASE AND VACUUM VALVES
1.0 GENERAL REQUIREMENTS
1 . 01 SCOPE
This specification shall govern for all work necessary to furnish
and install the combination air release and vacuum valves and
accessories required to complete the project.
1 . 02 SPECIFICATION TYPE
This specification is a performance specification as defined in
Article TS-1 of the Technical Special Provisions.
1 . 03 GENERAL
All valves and equipment furnished and installed shall comply with
the drawings, specifications, and recommendations of the equipment
manufacturer, unless directed otherwise by the Engineer. The valves
furnished and installed shall conform to the applicable requirements
of AWWA C512.
1 .04 SUBMITTAL DATA
Before shipping, the Contractor shall submit six (6) sets of
detailed drawings, detailed specifications, installation
instructions and maintenance instructions for the Engineer's review
and approval. Complete assembly drawings, together with detailed
specifications and date covering materials used and accessories
forming a part of the valves furnished, shall be submitted in
accordance with the submittals sections. The Contractor shall also
submit an affidavit of compliance per AWWA C504 from the
manufacturer of the valves.
A. Approved Manufacturer/s
The manufacturers listed below are tentatively approved for use
on this project provided that equipment meets all requirements of
these specifications . If it is found, after bidding (or within
one year after installation and acceptance) , that equipment to be
furnished does not meet these specifications or fails to operate
as intended, the Engineer shall have the right to reject the
equipment or require the Contractor to modify the equipment to
bring it into compliance at no increase in cost to the Contract.
Air release valves shall be:
1) APCO Model 145C
2) CLA-VAL series 36
3) Valmatic 202C
4) or approved equals
15108 - Air Release Valves
Page 1 of 3
1 . 05 RELATED SPECIFICATIONS
Standard Specification 027205 Fiberglass Manholes.
Technical Specification 15060 Miscellaneous Piping.
Technical Specification 15104 Gate Valves.
2.0 PRODUCTS/MATERIALS
2 . 01 VALVES
The materials for construction of the valves shall comply with the
governing standard unless stated otherwise in this specification.
The use of stressed thermoplastic components will not be acceptable.
Valve Component Material
Valve Body Single Body Ductile Iron
Valve Trim Stainless steel
Float and internal components Stainless steel
Cover Bolts Stainless steel
Shop Coatings:
Inside Scotch Kote 134 10 DMT
Outside Scotch Kote 134 10 DMT
2 . 02 MANHOLE
Air release valves shall be installed in a fiberglass manhole as
specified in Technical Specification 02608.
2 . 03 VENT STACK AND PIPING
Air release valves will be furnished with 2" diameter inlet and out
let piping as specified in Technical Specification 15060. Vent stack
will terminate Oft. above finished ground with (2) two 90°
bends. The opening of the 90' bend will be covered with SS screen to
prevent access to insects.
3.0 CONSTRUCTION METHODS
3.01 INSTALLATION
Valves shall be installed as indicated on the drawings in accordance
with the manufacturer's recommendations unless otherwise directed by
the Engineer.
The configuration of valve vent piping shall be as shown on the
drawings or as directed by the Engineer.
3. 02 VALVE SCHEDULE
The quantity and location of valves furnished shall be as shown on
the drawings. Each air release valve shall have a 2" threaded inlet
opening as specified and shall operate at a working pressure of 150
psi.
15108 - Air Release Valves
Page 2 of 3
3.03 PROTECTIVE COATING
The interior and exterior metal surfaces of valves (except stainless
steel components) shall be shop coated for corrosion protection as
noted in Paragraph 2.0.
Valves with polished or machined surfaces will be coated with a
Rust-Preventive compound.
The epoxy paint used to coat interior surfaces shall comply with
AWWA C550 and shall be free of holidays.
If valve coating is damaged during shipment, storage or
installation, Contractor will repair to satisfaction of Engineer
using IPC System 8 (Scotch Kote 134) a repair kit per the coating
manufacturer's recommendation.
3. 04 SHUT-OFF VALVES
To facilitate removal for maintenance, each air release valve shall
incorporate a shut off gate valve in the inlet piping, see Technical
Specification 15104 - Gate Valves.
15108 - Air Release Valves
Page 3 of 3
DIVISION 15-MECHANICAL
SECTION 15D- PROCESS VALVES
15D12[41 BUTTERFLY VALVES
(WATER SERVICE)
1.0 GENERAL REQUIREMENTS
1.01 SCOPE
This specification shall govern for all work necessary to furnish and install the butterfly valves for
water service and accessories required to complete the project.
1.02 SPECIFICATION TYPE
This specification is a performance specification as defined in Article TS-1 of the Technical Special
Provisions.
1.03 GENERAL
Butterfly valves shall be resilient seated with geared operators. Valves shall be designed and
manufactured in accordance with AWWA C504, Class 150B. Valves shall be designed for a
minimum of 150 p.s.i.water working pressure service.
1.04 FEATURES
Butterfly valves shall have 360' continuous seating, disc seat mechanically retained and adjustable in
all sizes and body seat mechanically retained.
1.05 RESPONSIBILITY FOR OPERATION
It shall be the Contractor's responsibility to determine that the valve can be fully operated(opened and
closed) when installed. If the valve is installed and cannot be fully operation, it shall be the
Contractor's responsibility to take corrective measures (at no additional cost to the Owner) to reinstall
the valve so that it can be fully operated.
1.06 SUBMITTAL DATA
Before shipping, the Contractor shall submit six (6) sets of detailed drawings, detailed specifications,
installation instructions and maintenance instructions for the Engineer's review and approval. The
Contractor shall also submit an affidavit of compliance per AWWA C504 from the manufacturer of
the valves.
A. Approved Manufacturer/s
The manufacturers listed below are tentatively approved for use on this project provided that
equipment meets all requirements of these specifications. If it is found, after bidding (or within
one year after installation and acceptance), that equipment to be furnished does not meet these
specifications or fails to operate as intended, the Engineer shall have the right to reject the
equipment or require the Contractor to modify the equipment to bring it into compliance at no
increase in cost to the Contract.
1) M&H Valve Company,M&H Style 1450 Butterfly Valves
2) Henry Pratt Co.,Pratt Triton XR-70 Butterfly Valves
3) Dezurik,BRS Butterfly Valves
4) Keystone,Figure 504 Butterfly Valves
5) Mueller,Line seal III Butterfly Valves
15D12
Butterfly Valves(Water Service)
Page ] of 3
1.07 OPERATION AND MAINTENANCE MANUALS
The manufacturer shall furnish to the City four (4) sets of printed instructions and one (1) electronic
Copy,including a parts list, lubrication schedule and recommended maintenance schedule,as required
to provide proper operation and maintenance of the valves.
2.0 PRODUCTS/MATERIALS
2.01 BODY
Cast Iron-ASTM A-126, Class B. Each valve shall be stamped with the manufacturer's name,valve
diameter and pressure rating.
2.02 DISC
Valve disc shall be constructed of aluminum bronze ASTM A148-952, ductile iron ASTM A536 with
316 stainless steel or monel disc edge,or ductile iron with removable seal.
2.03 SEAT
All seats shall be constructed on synthetic rubber compound such as Buna N or EPDM and suitable
for bi-directional shutoff at rated pressure. Seats shall be retained in the valve body by mechanical
means without retaining rings, segments, screws or hardware of any kind in the flow stream. Seats
shall be a full 360° without interruption and have a plurality of grooves mating with a spherical disc
edge seating surface. Valve seats shall be field adjustable around the full 360' circumference and
replaceable without dismantling the actuator, disc or shaft and without removing the valve from the
line. Manufacturer must certify that rubber seat is field replaceable.
2.04 SHAFT
304, 316 or 416 Stainless Steel. Shaft shall be one-piece and shall have a minimum diameter
conforming to AWWA Class 150B Standard.
2.05 BUSHINGS
Bushings shall be permanently lubricated sleeve type.
2.06 ACTUATOR
The valve actuator shall be totally enclosed geared operator integrally mounted on the valve mounting
flange. The housing, cover and shaft shall be sealed to prevent water entry under 25' submergence.
The valve shall open left(counter-clockwise).
The housing of traveling-nut type actuators shall be fitted with a removable cover,which shall permit
inspection and maintenance of the operating mechanism without removing the actuator for the valve.
Traveling limiting devices shall be provided inside the actuator for the open and closed positions.
Traveling limiting stop nuts or collars installed on the reach rod of traveling-nut type operating
mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin,
cotter pin, or other positive locking device. The use of stops nuts or adjustable shaft collars which
rely on clamping force or set screws to prevent rotation of the nut or collar on the reach rod will not be
acceptable.
Hand wheel operators shall have the word"OPEN" and a direction arrow stamped on it.
A position indication device shall be provided for each actuator for local and remote indication of
valve position,to be mounted and calibrated at the factory. Indication device shall have high visibility
local position indication and shall contain four latched contacts rated 250 Vac / 30 Vdc, 5 amps,
configured as 1-N/O and 1-N/C for both the open and closed positions. Device shall be rated for
general-purpose duty,NEMA 4 or 4X at a minimum.
15D12
Butterfly Valves(Water Service)
Page 2 of 3
2.07 FLOOR STAND
Floor stands, when shown on the drawings, shall be complete with stem extensions, base, gearing,
vertical hand wheel (minimum 18" diameter) and position indicator. Position indicators shall be a
mechanical type with arrow and raised lettering. Floor stands shall be manufactured from high
strength cast iron or 304 or 316 stainless steel and the extension stems shall be manufactured from 304
or 316 stainless steel. Extension stems shall connect to the 2" square nut operator on each respective
valve and extend to the floor stand. Floor stand shall be Clow NRS Geared Floor Stand with position
indicator or approved equal. Floor stands, when noted on the drawings, shall delete the gearing and
handwheel and be provided with an electric actuator.
2.08 COATING
Valves shall have fusion bonded epoxy coating on the exterior and interior. The epoxy coating shall
be applied to all ferrous surfaces including bolt holes and body to bonnet flanges.
3.0 CONSTRUCTION METHODS
3.01 ABOVE GROUND INSTALLATION
The butterfly valves shall be either wafer type suitable for installation between ANSI 125-150 lb.
flanges, or shall have flanged ends and conforming to ANSI B16.1 (125 lb.). The Contractor shall
have the option of furnishing either type, except that when flanged ends are shown on the drawings,
flanged ends must be furnished. All valves must be furnished with a totally enclosed, weather-proof,
geared, handwheel actuator. Provide enclosed extensions when shown on the drawings. Valves
located 6' above the floor shall be provided with chainwheel actuator. Exterior of valves and
accessories shall be painted in accordance with Section 9K Painting.
3.02 BELOW GROUND INSTALLATION
The butterfly valves shall have flange ends and shall have a geared actuator suitable for buried service
with necessary stem seals and gaskets to prevent entry of water into the housing. Valves shall be
equipped with a valve box and stem extension. The stem extension shall have a 2" operating nut
extended to within 6" of finished grade and/or a floor stand (when shown on the drawings). Exterior
of valves and accessories shall be coated by the manufacturer with a material suitable for underground
service to protect against corrosion. Valves 16"and larger shall be furnished for horizonal installation,
per manufacturer's requirements.
END OF SECTION
151312
Butterfly Valves(Water Service)
Page 3 of 3
APPENDIX 1 - GEOTECHNICAL
Addendum No. 3
Appendix/Clarification
APPENDIX 1-GEOTECHNICAL ENGINEERING REPORT
CLARIFICATIONS:
A. Additional geotechnical information is being furnished to supplement the information contained in
the appended geotechnical report, see Appendix 1. The HDD bore profile was redesigned after the
original soil investigation was completed and the soil information in the original report did not extend
deep enough to show the soil conditions along the new bore profile. The attached supplemental
report recommends using the revised Table 3.6 R1, revised Table 3.11 R1 and the previous Figure 3.2,
see ATTACHMENT 1 -Supplemental Report.
A
O ��' .'qs' 91
�................................
J.DOUGLAS MCMULLAN
t...........9 10� 8 .. .
0�-" 41- N5'�®:''jai'
20101 State Highway 286 Waterline Replacement
Urban ���::
TBPE FIRM No: 145
intertek
October 17,2024
City of Corpus Christi
Department of Engineering Services
1201 Leopard Street
Corpus Christi,TX 78401
Attn: Ms.Sandra Gomez, PE, Engineer IV
Re: Supplemental Geotechnical Engineering Recommendations
SH 286 Waterline Replacement 20101 at Oso Creek Crossing
Corpus Christi,Texas
PSI Project No.0312-3346-S1
Dear Ms.Gomez:
Professional Service Industries, Inc. (PSI) is pleased to submit these supplemental geotechnical engineering
recommendations for the above-referenced project based on the information provided by the Client. PSI
understands that a horizontal bore under Oso Creek, west of SH 286 will be completed as a part of the
waterline replacement project. Based on information provided by the Client and PSI's review of a site plan
entitled "SH 286 Waterline Replacement Sheet 23", prepared by Urban Engineering, a summary of our
understanding of the proposed project is provided in the following Project Description table.
TABLE 1:PROJECT DESCRIPTION AND PROPOSAL BASIS
Project Items—SH 286 HDD One (1) horizontal bore under Oso Creek, west of SH 286
with a maximum depth at about Elevation -25' and at the
location of a previous gravel pit. 16" DR18 C900 FPVC
Waterline
PSI previously prepared a Geotechnical Engineering Report, PSI Report No. 0312-3045, dated May 21, 2024.
That report included recommendations for a horizontal bore at the Oso Creek crossing location. The
proposed waterline was subsequently planned to extend to a greater depth at the crossing due to concerns
about interference with backfilled materials at the previous gravel pit. As such, PSI completed an additional
boring (B20A) to a depth of 65 feet to determine the soil and groundwater conditions and to provide
recommendations for the horizontal bore at the proposed depths. The boring log for this study is attached.
Following is the approximate location of boring B20A.
ADDENDUM No. 3
ATTACHMENT 1
PAGE 1 of 5
Intertek—Professional Service Industries.Inc.• 810 S Padre Island Dr,Corpus Christi,TX 78416•Phone(361)854-4801
SH 286 Waterline Replacement PSI Project No:0312-3346-S1
Corpus Christi, Texas October 17, 2024
.�. ' B 20A' affaff
- +•.a _ ��a •_ - _ vw 4 w..tea _•.
i flP
4 r� � � �, F a L•� 4
The results of the additional boring indicate the soils extending to the maximum waterline depth(65 feet)are
consistent with PSI's previous boring B21, approximately 350 feet north of B20A. However,groundwater at
boring B20A was noted at a depth of approximately 20 feet at the time of drilling.
Based on the findings of this supplemental study, PSI recommends using Table 3.6 from the original report
with the exception of the removal of the lean clay stratum. Following is a revised Table 3.6 based on the
findings at boring B20A:
TABLE PSI 3.6 Rl:BORE PIT&HDD CASE"C"- OSO CREEK SITE 1
EFP(pcf/ft)
Depth OSHA Soil
Stratum (ft) Soil Type Type Ka Ko Active At-Rest
Above Below Above Below
GWT GWT GWT GWT
1 0 to 4 Fat Clay "B" 0.50 0.65 55 20 72 31
2 4 to 65 Fat Clay "C" 0.50 0.65 55 20 72 31
PSI also recommends using the following revised Table 3.11 for the horizontal bore design considerations:
PAGE 2
ADDENDUM No. 3 ton
ATTACHMENT 1
PAGE 2 of 5
SH 286 Waterline Replacement PSI Project No:0312-3346-S1
Corpus Christi, Texas October 17, 2024
TABLE 3.11 R1:SOIL PARAMETERS FOR DRILLING PRESSURE CALCULATION AT OSO CREEK-1 SITE(13-20,20A AND B-21)
Elevation
Layer Thickness (feet) Total Unit Weight Cohesion Phi(deg.)
(feet) Top Bottom (pcf) (psf)
Clay 1 15 +24 +9 115 700 -
Clay 2 13 +9 -4 120 2,000
Clay 3 12 -4 -41 120 2,600 -
• Water table was assumed at Elevation+16.5 based on Boring B20
For allowable drilling pressures, PSI recommends using the previous Figure 3.2,which is provided below:
70 _..
-- - —Maxi mum Allowable Pressure
60 - —Mln Pressure(66 pcf muds
..}... —Mln Pressure(76 pcf.1d
60
7
30 -.._ - -.._ .. ...... ..
-777
77�
0 _.__ -. ...__. .: _...
96.0 98.0 100.0 102.0 100.0 INN 108.0 110.0
Project Station
30
20
- i_ ---- -- - - APProzimate Pipeli
pro
�a l0 —Ap %nna e a r t w to Level
, �._.. —Approximate Ground Surface
0 -
.. I
-30
96.0 98.0 100.0 102.0 104.0 106.0 108.0 130.0
Project Station
FIGURE 3.1-6-INCH PILOT HOLE,MINIMUM AND Maximum ALLOWABLE DRILLING PRESSURES FOR OSO CREEK-1 SITE
PAGE 3
ADDENDUM No. 3] Lon
ATTACHMENT 1
PAGE 3 of 5
SH 286 Waterline Replacement PSI Project No:0312-3346-Sl
Corpus Christi, Texas October 17, 2024
CLOSING
This supplemental information has been prepared for the exclusive use of the City of Corpus Christi and their
design consultants for specific application to the proposed SH 286 Waterline Replacement project in Corpus
Christi,Texas.
We appreciate the opportunity to provide Geotechnical Consulting Engineering services to you and your
design team. If you have any questions regarding the information presented in this letter, please contact our
office.
Respectfully submitted,
Professional Service Industries,Inc.
5oF" tik 1
PHILIP.LOUIS JOHNSt,N..�
691142
Philip L.Johnson,P.E. aT-fio SP' S. Peter Gonzales, P.E.
�tk � faN � Geotechnical Department Manager
Senior Geotechnical Engineer/
Principal Consultant
October 17, 2024
PAGE 4
ADDENDUM No. 3 On
ATTACHMENT 1
ATTACHMENT
Jean Street HDD (23107) & SH 286 HDD (20101)
City of Corpus Christi
Project No. 0312-3346
BORING B-20A LOCATION: See Boring Location Plan
0 F H } Q HAND PEN(TSF) UNC Cf�IP(TSF) d F
LL J w z oLLJ 't °a iz'u7 2.0 4.0 6.0 0 3
F g a SOIL DESCRIPTION a Z Z o J o v r o U:0 0 0
a } ¢ �Z ~ a�2 0 0 ~ �Z PL WC LL o~ �-
J 0_ Z
Elevation: o o 0 20 40 60
SANDY FAT CLAY(CH)gray, hard 13 �C
13 69 56 18 38 k
5= FAT CLAY(CH)brown,very stiff to 21
hard /
21 p
—_— 26 86 60 22 38
10
1
_ 33 �(
15_
——_ 29 aj
20— SANDY FAY CLAY(CH)brown,very !
stiff
——_ 19 1 59 72 19 53
25
19 16
30
-- I
-- I
—— 21
35_ SILTY, CLAYEY SAND(SC-SM)
brown,dense
20 38 33 17 12 5 04
40_ FAT CLAY(CH)brown, stiff to hard I
-- I
45 25 87 20 62 22 40
-- I
-- I
29 19
5_0_
_55 26 2 85 69 23 46
——_ 29 99 86 29 57
60
-- 1
-- 1
-- 1
-- 33 12 �C
65_ Boring terminated at approximately 65
—— feet
70
COMPLETION DEPTH: 65.0 Fee DEPTH TO GROUND WATER
DATE: 9/25/24-9/25/24 ADDENDUM No. 3 SEEPAGE ft):20
t' ` ATTACHMENT 1 END OF DRILLING(ft.): N/A
DELAYED WATER LEVEL(FT):N/A
intertek
GEOTECHNICAL ENGINEERING REPORT S I
Proposed SH 286 Waterline ■
Replacement 20101 ■
Various Locations
Corpus Christi,Texas
■
PSI Project No. 03123045
■
PREPARED FOR:
City of Corpus Christi Department of
Engineering Services
1201 Leopard Street
Corpus Christi, Texas 78401
May 21, 2024
BY:
PROFESSIONAL SERVICE INDUSTRIES, INC.
810 S. Padre Island Dr.
Corpus Christi,Texas 78416
Phone: (361)854-4801
Ultertek ,, Professional Service Industries,Inc.
I S.Padre Island Drive
Corpus Christi,Texas 78416
P5 Office (361)854-4801
May 21,2024
City of Corpus Christi Department of Engineering Services
1201 Leopard Street
Corpus Christi,Texas 78401
Attn: Sandra L. Gomez, PE
Engineer IV
RE: GEOTECHNICAL ENGINEERING REPORT
PROPOSED SH 286 WATERLINE REPLACEMENT 20101
VARIOUS LOCATIONS
CORPUS CHRISTI,TEXAS
PSI Project No.03123045
Dear Ms.Gomez:
Professional Service Industries, Inc. (PSI), an Intertek company, is pleased to submit this Geotechnical
Engineering Report for the above-referenced project. This report includes the results from the field and
laboratory investigation along with recommendations for use in preparation of the appropriate design and
construction documents for this project.
PSI appreciates the opportunity to provide this Geotechnical Engineering Report and looks forward to
continuing participation during the design and construction phases of this project. PSI also has great interest
in providing materials testing and inspection services during the construction of this project and will be glad
to meet with you to further discuss how we can be of assistance as the project advances.
If there are questions pertaining to this report, or if PSI may be of further service, please contact us at your
convenience.
Respectfully submitted,
PROFESSIONAL SERVICE INDUSTRIES, INC.
Texas Board of Professional Engineers Certificate of Registration#F003307
...
EOFrki
.... F 9 +
DEXTER BACON
Philip L.Johnson, P.E. l <5456 o... r�i Dexter Bacon, P.E.
Principal Consultant �lA Sr '�� �. Chief Engineer
Senior Geotechnical Engineer 1 �
5/20/2024
www.intertek.com/building
TABLE OF CONTENTS
Electronic Navigation:The TOC below and are hyperlinked to sections of relevance.The
0 Symbol will return the reader to the TOC.
Page No.
TABLE OF CONTENTS...............................................................................................
1.0 PROJECT INFORMATION ...............................................................................1
1.1 PROJECT AUTHORIZATION....................................................................................................................1
1.2 PROJECT DESCRIPTION........................................................................................................................1
1.3 PURPOSE AND SCOPE OF SERVICES.....................................................................................................1
2.0 SITE AND SUBSURFACE CONDITIONS............................................................3
2.1 SITE DESCRIPTION................................................................................................................................3
2.2 FIELD EXPLORATION.............................................................................................................................3
2.3 LABORATORY TESTING PROGRAM........................................................................................................5
2.4 SITE GEOLOGY.....................................................................................................................................6
2.5 SUBSURFACE CONDITIONS...................................................................................................................6
3.0 GEOTECHNICAL EVALUATION AND RECOMMENDATIONS..........................11
3.1 GEOTECHNICAL DISCUSSION..............................................................................................................11
3.2 OSHA SOIL CLASSIFICATION FOR TRENCH EXCAVATION....................................................................11
3.3 BORE PIT—LATERAL EARTH PRESSURE............................................................................................11
3.4 PIPE BEDDING AND BACKFILL RECOMMENDATIONS.............................................................................14
3.5 GROUNDWATER CONSIDERATIONS......................................................................................................15
3.6 RECOMMENDATIONS FOR ALLOWABLE HDD PRESSURES..................................................................16
3.7 SITE SEISMIC DESIGN RECOMMENDATIONS.........................................................................................22
4.0 CONSTRUCTION CONSIDERATIONS.............................................................23
4.1 INITIAL SITE PREPARATION CONSIDERATIONS.....................................................................................23
4.2 MOISTURE SENSITIVE SOILSIWEATHER RELATED CONCERNS.............................................................25
4.3 EXCAVATION OBSERVATIONS.............................................................................................................25
4.4 DRAINAGE CONSIDERATIONS..............................................................................................................25
4.5 EXCAVATIONS AND TRENCHES............................................................................................................25
5.0 REPORT LIMITATIONS.................................................................................27
APPENDIX.............................................................................................................28
INDEX OF FIGURES
Page No.
Figure 3.1-Plan and Cross-Sectional profile of HDD for OSO Creek-1 Site...................................................................18
Figure 3.2-6-Inch Pilot Hole,Minimum and Maximum Allowable Drilling Pressures for OSO Creek-1 Site................19
Figure 3.3-Plan and Cross-Sectional profile of HDD for OSO Creek-2 Site...................................................................20
Figure 3.4-6-Inch Pilot Hole,Minimum and Maximum Allowable Drilling Pressures for OSO Creek-2 Site................21
INDEX OF TABLES
Page No.
Table 1.1: General Project Description............................................................................................................1
Table2.1: Site Description ................................................................................................................................3
Table 2.2: Field Exploration Summary.............................................................................................................4
Table 2.3: Field Exploration Description.........................................................................................................5
Table 2A Laboratory Testing Program...........................................................................................................5
Table 2.5: Generalized Soil Profile—Waterline Weber Road (B-1 thru B-7)................................................6
Table 2.6: Generalized Soil Profile—Waterline SH 286 (B-8 thru B-16)......................................................6
Table 2.7: Generalized Soil Profile—Waterline West ROW SH 286 (B-16 thru B-19)................................6
Table 2.8: Generalized Soil Profile—Waterline West Side of SH286 ROW(B-22 thru B-23).....................6
Table 2.9: Generalized Soil Profile—Waterline South Side of Staples(B-28 thru B-29)............................6
TABLE 2.10:GENERALIZED SOIL PROFILE—BORE PIT(B-1)WEBER......................................................................7
TABLE 2.11:GENERALIZED SOIL PROFILE—BORE PIT(B-2)WEBER......................................................................7
TABLE 2.12:GENERALIZED SOIL PROFILE—BORE PIT(B-15&B-16)SH 286 CROSSING......................................7
TABLE 2.13:GENERALIZED SOIL PROFILE—BORE PIT(B-20)UNDER OSO CREEK.................................................7
TABLE 2.14:GENERALIZED SOIL PROFILE—BORE PIT(B-21)UNDER OSO CREEK.................................................7
TABLE 2.15:GENERALIZED SOIL PROFILE—BORE PIT(B-24 &B-25)UNDER S.STAPLES.....................................7
TABLE 2.16:GENERALIZED SOIL PROFILE—BORE PIT(B-26 &B-27)SOUTHERN BORE UNDER SH 286...............8
TABLE 2.17:GENERALIZED SOIL PROFILE—BORE PIT(B-30)BORE UNDER OSO CREEK........................................8
TABLE 2.18:GENERALIZED SOIL PROFILE—BORE PIT(B-31)BORE UNDER OSO CREEK........................................8
TABLE 2.19:GENERALIZED SOIL PROFILE—BORE PIT(B-33&B-34)UNDER SH 286 AT SOUTH SIDE OF CR20A.8
TABLE 2.20:GENERALIZED SOIL PROFILE—BORE PITS(B-35&B-36)UNDER SH 286...........................................8
Table 2.21: Groundwater Levels (Depths).......................................................................................................9
Table 3.1: Lateral Earth Pressure Coefficients.............................................................................................12
Table 3.2: Equivalent Fluid Pressures...........................................................................................................12
Table 3.3: Bore Pit/HDD Location Cases.......................................................................................................13
Table 3A Bore Pit Case "A"...........................................................................................................................13
Table 3.5: Bore Pit&HDD Case "B" - Oso Creek Site 1 .............................................................................13
Table 3.6: Bore Pit&HDD Case "C" - Oso Creek Site 1 .............................................................................14
Table 3.7: Bore Pit&HDD Case "D" - Oso Creek Site 2.............................................................................14
Table 3.8: Bore Pit&HDD Case "E" - Oso Creek Site 2.............................................................................14
Table 3.9: General Pipe Bedding and Backfill Recommendations.............................................................14
Table 3.10: Compaction and Testing Recommendations for Pipe Backfill Materials..............................15
Table 3.11: Soil Parameters for Drilling Pressure Calculation at OSO Creek-1 Site(B-20 and B-21)....17
Table 3.12: Soil Parameters for Drilling Pressure Calculation at OSO Creek-2 Site(B-30 and 31)........17
iii
Table 3.13: Recommended Design Seismic Parameters ............................................................................22
Table 4.1: Subgrade Preparation for Non-Structural -General Fill............................................................24
Table 4.2: Fill Compaction Recommendations Outside of Building and Pavement Areas.....................24
Table 4.3: Considerations for Demolition ,Abandoning Utilities and Tree Removal..............................24
iv
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
1.0 PROJECT INFORMATION
1.1 PROJECT AUTHORIZATION
Professional Service Industries, Inc. (PSI), an Intertek company, has completed a field exploration and
geotechnical evaluation for the proposed SH 286 Waterline Replacement 20101 project.J.H. Edmonds, P.E.,
representing City of Corpus Christi Department of Engineering Services, authorized PSI's services on
11/20/2023 by signing PSI Proposal No. 411928. PSI's proposal contained a proposed scope of work, lump
sum fee,and PSI's General Conditions.
1.2 PROJECT DESCRIPTION
Based on information provided by the Client, PSI's review of a site plan entitled SH 286 Waterline
Replacement 20101, dated 11/1/2023 and prepared by City of Corpus Christi Department of Engineering
Services,and the results of this geotechnical investigation, a summary of our understanding of the proposed
project is provided in the following General Project Description table.
TABLE 1.1:GENERAL PROJECT DESCRIPTION
The project consists of approximately+/-25,000-ft. of 16-inch
water line installed by conventional trenching,+/-470-ft of
16-inch water line in 30-inch casing installed by Auger Boring,
+/-870-ft of 16-inch water line in 30-inch casing installed by
Project Items conventional trenching,and+/-2,055-ft of 16-inch by HDD.
The project also includes installation 8-inch waterline to
provide future connections at CR22 and CR20A in addition to
providing connections to existing services.
The geotechnical recommendations presented in this report are based on the available project information,
structure locations, and the subsurface materials encountered during the field investigation. If the noted
information or assumptions are incorrect, please inform PSI so that the recommendations presented in this
report can be amended, as necessary. PSI will not be responsible for the implementation of provided
recommendations if not notified of changes in the project.
1.3 PURPOSE AND SCOPE OF SERVICES
The purpose of this study is to evaluate the subsurface conditions at the site and develop geotechnical
engineering recommendations and guidelines for use in preparing the design and other related construction
documents for the proposed project. The scope of services included drilling soil borings, performing
laboratory testing,and preparing this geotechnical engineering report.
This report briefly outlines the available project information, describes the site and subsurface conditions,
and presents the recommendations regarding the following:
• General site development and subgrade preparation recommendations;
• Boring logs and laboratory test results;
• Groundwater Observations;
Intertek
1 �
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
• Horizontal Directional Drilling (HDD) information including geotechnical considerations,
formation limit pressures, down hole drilling fluid pressures, and construction considerations;
• Auger Bored Segment Information including geotechnical considerations, bore pit
considerations;
• Open Trenching Information, including open cut excavations, OSHA considerations, construction
dewatering, lateral pressures for trench shoring, pipe bedding and backfill requirements; and
• Seismic design site classification per the 2018 International Building Code.
The scope of services for this geotechnical exploration did not include an environmental, mold nor detailed
seismic/fault assessment for determining the presence or absence of wetlands, or hazardous or toxic
materials in the soil, bedrock,surface water,groundwater,or air on or below,or around this site.Statements
in this report or on the boring logs regarding odors,colors,and unusual or suspicious items or conditions are
strictly for informational purposes.
Intertek
21
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
2.0 SITE AND SUBSURFACE CONDITIONS
2.1 SITE DESCRIPTION
The following table provides a generalized description of the existing site conditions based on visual
observations during the field activities, as well as other available information.
TABLE 2.1:SITE DESCRIPTION
Various Locations--Along the south side of FM43 (Weber St)from
the intersection at SH286 to CR43
-Along the East side of SH286 from the connection point South of
the Oso Creek to CR22
Site Location -From CR22 the proposed waterline will cross to the west side of
SH286 and continue south to FM2444 (S Staples)
-The proposed waterline will cross FM2444(S Staples)and
continue easterly along the south side of FM2444(S Staples)to the
connection at CR43.
Existing Site Ground Cover Varies. Primarily grass/brush, landscaping and cropland
Ground Surface Soil Support Good on existing roadways. Poor during wet weather off paved
Capability roads
2.2 FIELD EXPLORATION
Field exploration for the project consisted of drilling a total of 36 borings.The boring design element, boring
labels,approximate depths and drilling footage are provided in the following table.
Intertek
3 �
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
TABLE 2.2:FIELD EXPLORATION SUMMARY
Boring
Boring No. Location Station Scope Feature Depth
(ft)
B-1 Weber Road 2+00 HDD 12
B-2 Weber Road 2+00 HDD 12
B-3 Weber Road 12+00 Waterline trench 8
B-4 Weber Road 22+00 Waterline trench 8
B-5 Weber Road 32+00 Waterline trench 8
B-6 Weber Road 42+00 Waterline trench 8
B-7 Weber Road 51+50 Waterline connection 12
B-8 SH 286 12+00 Waterline trench 8
B-9 SH 286 22+00 Waterline trench 8
B-10 SH 286 29+00 North end of SH286 15
B-11 SH 286 8+00 Waterline trench 8
B-12 SH 286 18+00 Waterline trench 8
B-13 SH 286 28+00 Waterline trench 8
B-14 SH 286 38+00 Waterline trench 8
B-15 SH 286 Crossing 53+50 HDD 15
B-16 SH 286 Crossing 55+00 HDD 15
B-17 West ROW of SH286 65+00 Waterline trench 8
B-18 West ROW of SH286 75+00 Waterline trench 8
B-19 West ROW of SH286 85+00 Waterline trench 8
B-20 Bore under Oso Creek 97+00 HDD 40
B-21 Bore under Oso Creek 108+50 HDD 40
B-22 West side of SH286 ROW 118+00 Waterline trench 10
B-23 West side of SH286 ROW 128+00 Waterline trench 8
B-24 Bore under S.Staples 138+00 HDD 15
B-25 Bore under S.Staples 2+00 HDD 15
B-26 Sothern bore under SH286 6+50 HDD 15
B-27 Sothern bore under SH286 9+50 HDD 15
B-28 South side of Staples 19+00 Waterline trench 8
B-29 South side of Staples 29+00 Waterline trench 8
B-30 Bore under Oso Creek 34+50 HDD 50
B-31 Bore under Oso Creek 43+00 HDD 50
B-32 South side of Staples 53+00 Waterline trench 8
B-33 South side of CR20A under SH286 2+50 HDD 15
B-34 South side of CR20A under SH286 4+50 HDD 15
B-35 Bore under SH286 2+50 HDD 10
B-36 Bore under SH286 4+00 HDD 10
Total: 517
int�rt�k
4 Page
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
The boring locations were selected by PSI personnel and located in the field using a recreational-grade GPS
system. Elevations of the ground surface at the boring locations were not provided and should be surveyed
by others prior to construction.The references to elevations of various subsurface strata are based on depths
below existing grade at the time of drilling. The approximate boring locations are depicted on the Boring
Location Plan provided in the Appendix.
TABLE 2.3:FIELD EXPLORATION DESCRIPTION
Drilling Equipment Truck-Mounted Drilling Rig
Drilling Method Continuous Flight Augers,Wet Rotary
Drilling Procedure Applicable ASTM and PSI Safety Manual
Field Testing Hand Penetrometer, Standard Penetration Test(ASTM D1586)
Sampling Procedure Soils:ASTM D1587/1586
Sampling Frequency Continuously to a Depth of 10 Feet and at 5-foot Intervals Thereafter
Frequency of Groundwater
During and After Drilling
Level Measurements
Boring Backfill Procedures Soil Cuttings
During field activities, the encountered subsurface conditions were observed, logged, and visually classified
(in general accordance with ASTM D2487). Field notes were maintained to summarize soil types and
descriptions,water levels,changes in subsurface conditions,and drilling conditions.
2.3 LABORATORY TESTING PROGRAM
PSI supplemented the field exploration with a laboratory testing program to determine additional engineering
characteristics of the subsurface soils encountered.The laboratory testing program included:
TABLE 2.4:LABORATORY TESTING PROGRAM
Laboratory Test Procedure Specification
Visual Classification ASTM D2488
Moisture Content ASTM D2216
Atterberg Limits ASTM D4318
Material Finer than No. 200 Sieve ASTM D1140
Laboratory Electrical Resistivity ASTM G57
pH ASTM D4972)
Soluble Chlorides TEX-620-J
Soluble Sulphates TEX-620-J
The laboratory testing program was conducted in general accordance with applicable ASTM Test Methods.
The results of the laboratory tests are provided on the Boring Logs in the Appendix. Portions of samples not
altered or consumed by laboratory testing will be discarded 60 days from the date shown in this report.
Intertek
51
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
2.4 SITE GEOLOGY
As shown on the Geologic Atlas of Texas,Corpus Christi Sheet, reprinted in 1975,the site is located in an area
where the Beaumont Formation (Qb) is present at or near the ground surface. The Beaumont Formation
consists mostly of clay and sand intermixed with gravel.The Beaumont Formation thickness varies from 3 to
10 meters to over 100 meters toward the southeast.
2.5 SUBSURFACE CONDITIONS
The results of the field and laboratory investigation have been used to generalize a subsurface profile at the
project site. The following subsurface descriptions provide a highlighted generalization of the major
subsurface stratification features and material characteristics.
Waterline Areas
TABLE 2.5:GENERALIZED SOIL PROFILE—WATERLINE WEBER ROAD(B-1 THRU B-7)
Stratum Depth(ft) Soil Type LL(%) pl %Passing#200 PP/Uc
Sieve (tsf)
1 0 to(8-12) Fat clay 60 36 93 2.2
TABLE 2.6:GENERALIZED SOIL PROFILE—WATERLINE SH 286 (B-8 THRU B-16)
Stratum Depth Soil Type LL(%) PI %Passing#200 pp/Uc(tsf)
Sieve
1 0 to(8-15) Fat clay/lean clay 66 45 93 1.5-4.0/(2.3)
TABLE 2.7:GENERALIZED SOIL PROFILE—WATERLINE WEST ROW SH 286 (B-16 THRU B-19)
Stratum Depth Soil Type LL(%) PI %Passing#200 pp/Uc(tsf)
(ft) Sieve
1 0 to 8 Fat clay/lean clay 59 38 93 1.5
TABLE 2.8:GENERALIZED SOIL PROFILE—WATERLINE WEST SIDE OF SH286 ROW(B-22 THRU B-23)
Stratum Depth Soil Type LL(%) pl %Passing#200 pp/Uc(tsf)
(ft) Sieve
1 0 to 8 Fat clay 52 32 93 1.5
TABLE 2.9:GENERALIZED SOIL PROFILE—WATERLINE SOUTH SIDE OF STAPLES(B-28 THRU B-29)
Stratum Depth Soil Type LL(%) pl %Passing#200 pp/Uc(tsf)
(ft) Sieve
1 0 to 8 Fat clay 58 36 92 1.5
Intertek
6 �
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
Bore Pit Locations
TABLE 2.10:GENERALIZED SOIL PROFILE—BORE PIT(B-1)WEBER
Stratum Depth Soil Type LL(%) PI Passing#200 PP/UcSieve (tsf)
1 0 to 15 Fat clay 80 56 93 1-2.5
TABLE 2.11:GENERALIZED SOIL PROFILE—BORE PIT(B-2)WEBER
Stratum Depth Soil Type LL(%) PI Passing#200 PP/UcSieve (tsf)
1 0-4 Fat clay 58 37 91 1.8
2 4-15 Lean clay 44 27 94 1.5-4
TABLE 2.12:GENERALIZED SOIL PROFILE—BORE PIT(B-15&B-16)SH 286 CROSSING
Stratum Depth Soil Type LL(%) PI %Passing#200 PP/Uc(tsf)
Sieve
1 0 to 15 Fat clay 61 40 91 1.5-4.0/(2.3)
TABLE 2.13:GENERALIZED SOIL PROFILE—BORE PIT(B-20)UNDER OSO CREEK
Stratum Depth Soil Type LL(%) PI %Passing#200 PP/Uc(tsf)
(ft) Sieve
1 0 to 8 Fat clay 50 32 82 1.5
2 8 to 40 Lean Clay/Sandy 36 17 60-86 1.5-4
Clay
TABLE 2.14:GENERALIZED SOIL PROFILE—BORE PIT(B-21)UNDER OSO CREEK
Stratum Depth Soil Type LL(%) PI %Passing#200 PP/Uc(tsf)
(ft) Sieve
1 0 to 4 Fat clay 50 32 82 1.5
2 4 to 18 Lean Clay 46 28 84 1.2-3
3 18 to 40 Fat Clay 70 50 95 2.9-4.5
TABLE 2.15:GENERALIZED SOIL PROFILE—BORE PIT(B-24 &B-25)UNDER S.STAPLES
Stratum Depth Soil Type LL(%) PI %Passing#200 PP/Uc(tsf)
(ft) Sieve
1 0 to 15 Fat clay 57 36 93 1.5-3.5
Intertek
V Pi
7 1 P a g e
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
TABLE 2.16:GENERALIZED SOIL PROFILE—BORE PIT(B-26 &B-27)SOUTHERN BORE UNDER SH 286
Depth Soil Type LL(%) PI %Passing#200 N PP/Uc(tsf)
(ft) Sieve (blows/ft)
0 to 15 Fat clay 64 39 96 13 1.2-3
TABLE 2.17:GENERALIZED SOIL PROFILE—BORE PIT(B-30)BORE UNDER CISO CREEK
Stratum Depth Soil Type LL M PI %Passing#200 N PP/Uc(tsf)
(ft) Sieve (blows/ft)
1 0 to 28 Fat clay 60 35 85 7 1.5
2 28 to 50 Lean Clay 38 20 78 20 2.7-4
TABLE 2.18:GENERALIZED SOIL PROFILE—BORE PIT(B-31)BORE UNDER CISO CREEK
Stratum Depth Soil Type LL(%) PI %Passing#200 N PP/Uc(tsf)
(ft) Sieve (blows/ft)
1 0 to 18 Lean Clay 41 23 81 6 1.0
2 18 to 28 Lean Clay with Sand 25 5 11 2.7-4
3 28 to 50 Fat Clay 65 45 85 22 4.5
TABLE 2.19:GENERALIZED SOIL PROFILE—BORE PIT(B-33&B-34)UNDER SH 286 AT SOUTH SIDE OF CR20A
Stratum Depth Soil Type LL(%) PI %Passing#200 N PP/Uc(tsf)
(ft) Sieve (blows/ft)
1 0 to 15 Fat Clay 62 37 96 6 1.4-3
TABLE 2.20:GENERALIZED SOIL PROFILE—BORE PITS(B-35&B-36)UNDER SH 286
Stratum Depth Soil Type LL(%) PI %Passing#200 N PP/Uc(tsf)
(ft) Sieve (blows/ft)
1 0 to 10 Fat Clay 61 39 94 11 1.0 to 2.0
Where: LL=Liquid limit(%)
P1=Plasticity Index
N=Standard Penetration Test blow count(blows/foot)
PP/Uc—Hand Penetrometer, Unconfined or UU Compressive Strength(tsf)
The boring logs included in the Appendix should be reviewed for specific information at individual boring
locations. The boring logs include soil descriptions, stratifications, locations of the samples, and field and
laboratory test data.The descriptions provided on the logs only represent the conditions at that actual boring
location;the stratifications represent the approximate boundaries between subsurface materials.The actual
transitions between strata may be more gradual and less distinct. Variations will occur and should be
expected across the site.
Intertek
8
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
2.5.1 GROUNDWATER INFORMATION
Water level measurements were performed during drilling and after completion of drilling. Specific
information concerning groundwater is noted on each boring log presented in the Appendix of this report.
Groundwaterwas not encountered during the field investigation of this site. The groundwater measurements
are summarized in the following table:
TABLE 2.21:GROUNDWATER LEVELS(DEPTHS)
Boring Depth During Drilling After Drilling Delayed Reading
Boring (ft) (ft) (ft) (ft)
B-1 12 none none none
B-2 12 none none none
B-3 8 none none none
B-4 8 none none none
B-5 8 none none none
B-6 8 none none none
B-7 12 none none none
B-8 8 none none none
B-9 10 none none none
B-10 15 none none none
B-11 8 none none none
B-12 8 none none none
B-13 8 none none none
B-14 8 none none none
B-15 15 none none none
B-16 15 none none none
B-17 8 none none none
B-18 8 none none none
B-19 8 none none none
B-20 40 11 7.5 7.5
B-21 40 30 30 30
B-22 8 none none none
B-23 8 none none none
B-24 15 none none none
B-25 15 none none none
B-26 15 none none none
B-27 15 none none none
B-28 8 none none none
B-29 8 none none none
B-30 50 9.5 5 5
B-31 50 12.5 9 9
B-32 8 none none none
B-33 15 none none none
B-34 15 none none none
B-35 10 none none none
B-36 10 none none none
int�rt�k
9 Page
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
Groundwater levels fluctuate seasonally as a function of rainfall, proximity to creeks, rivers and lakes, the
infiltration rate of the soil,seasonal and climatic variations and land usage. In relatively pervious soils,such as
sandy soils, the indicated depths are a relatively reliable indicator of groundwater levels. In relatively
impervious soils, water levels observed in the borings may not provide a reliable indication of groundwater
elevations, even after several days. If a detailed water level evaluation is required, observation wells or
piezometers can be installed at the site to monitor water levels.
The groundwater levels presented in this report were measured at the time of PSI field activities. The
contractor should determine the actual groundwater levels at the site before construction activities.
Intertek
10 �
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
3.0 GEOTECHNICAL EVALUATION AND RECOMMENDATIONS
3.1 GEOTECHNICAL DISCUSSION
The geotechnical recommendations presented in this report have been developed based on the subsurface
conditions encountered and PSI's understanding of the project. Should changes in the project criteria occur,
a review should be made by PSI to determine if modifications to the recommendations will be required.
The deeper bore pits will have water bearing granular soils at a depth that will require well pointing to lower
the groundwater table sufficiently to allow for construction. Our borings did not indicate groundwater in
most areas when excavations are 10 feet or less. We have included lateral earth pressure information for
various soil types. The predominant soil type in the upper 10 to 15 feet is a fat clay(CH).
The following design recommendations have been developed based on the previously described project
characteristics and subsurface conditions encountered. If there are changes in the project criteria, PSI should
be retained to determine if modifications in the recommendations will be required. The findings of such a
review would be presented in a supplemental report.Once final design plans and specifications are available,
a general review by PSI is recommended to observe that the conditions assumed in the project description
are correct and to verify that the earthwork and foundation recommendations are properly interpreted and
implemented within the construction documents.
3.2 OSHA SOIL CLASSIFICATION FOR TRENCH EXCAVATION
The subsoils can be classified in general accordance with OSHA Health and Safety Standards for Excavations,
29 CFR Part 1926,dated October 31, 1989.OSHA soil classification system categorizes the soil and rock in four
types based on shear strength and stability.Based on our geotechnical exploration and laboratory test results,
details of soil classification at each boring are summarized in the following table.
Wellpoint dewatering will likely be required with any open cut excavations having a depth of greater than 15
feet.
3.3 BORE PIT—LATERAL EARTH PRESSURE
The depths of bore pits were not available at the time of this study.Soils excavated from the bore pits can be
stockpiled until construction is complete and upon completion can be backfilled into the bore pits. PSI
recommends that the temporary structures retaining the bore pit walls should be designed to resist lateral
earth pressures. Equivalent lateral earth pressure values for both at-rest and active earth pressure conditions
are shown in the following tables.
Intertek
11 �
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
TABLE 3.1:LATERAL EARTH PRESSURE COEFFICIENTS
Type of Backfill Active At-Rest
Behind the Retaining System Soil Parameters Condition Condition
(Free of organics,other deleterious materials) (Backfill) (Backfill)
Fat Clay(CH) y=110 pcf, 0.50 0.65
200
Lean Clay(CL) y=110 pcf,
Max. particle size of 3-inches 4)'=250 0.41 0.58
Clayey Sands(SC)/Silty Sands/ y=120 pcf,
Crushed Limestone 4)'=300 0.33 0.50
Sands(SP)or Sand with silt(SP-SM) y=120 pcf, 0.27 0.43
Less than 10%fines (�'=350
The backfill be properly compacted behind the retaining structures to reduce possible stresses on adjacent
slab-on-grade construction.
TABLE 3.2:EQUIVALENT FLUID PRESSURES
Type of Backfill Active Condition At-Rest Condition
Behind the Retaining System (Backfill)(`) (Backfill)(`)
(Free of organics,other Soil Parameters
Above Below Above Below
deleterious materials) W.T. W.Va) W.T. W.Va)
Fat Clay(CH) y=110 pcf, 55 20 72 31
(�'=200 _
Lean Clay(CL) y=110 pcf, 45 20 64 28
Max.particle size of 3-inches. (�'=250 _
Clayey Sands(SC)/Silty Sands(')/ y=120 pcf, 40 19 60 29
Crushed Limestone (�'=300
Sands(SP)or Sand with silt(SP-SM)(b) y=120 pcf, 32 16 52 25
Less than 10%fines 350
Notes:
(a)Buoyant Equivalent Fluid Weight:No hydrostatic fluid weight effect of 62.4 pcf; (W.T.):Water Table
(b)Granular Soils:At least a one-foot clay cap over granular soils at top of the wall
(c)Values are pounds per square foot per foot of wall height
Several of the shallower Bore Pit/HDD locations have similar soil conditions and are denoted by Case "A" in
the table below. The remaining primarily deeper bore pit/HDD locations are designated as Case"B"through
Case "E" in Table 3.3 below as the deeper subsurface conditions are more variable.
Intertek
12 �
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
TABLE 3.3: BORE PIT/HDD LOCATION CASES
Bore Pit/HDD Depth (ft) Location Case
B-1 15 Weber Road A
B-2 15 Weber Road A
B-15 & B-16 15 SH 286 Crossing A
B-24& B-25 15 Bore under S. Staples A
B-26& B-27 15 Bore under S. Staples A
B-33 & B-34 15 Bore under SH286 A
B-35 & B-36 10 Bore under SH286 A
B-20 40 Bore under Oso Creek B
B-21 40 Bore under Oso Creek C
B-30 50 Bore under Oso Creek D
B-31 50 Bore under Oso Creek E
TABLE 3.4: BORE PIT CASE"A"
EFP(pcf/ft)
OSHA
Stratum Depth Soil Type Soil Ka Ko Active At-Rest
Type
Above Below Above Below
GWT GWT GWT GWT
1 0 to 15 Fat clay "B" 0.50 0.65 55 20 72 31
TABLE 3.5:BORE PIT&HDD CASE"B"- CISO CREEK SITE 1
EFP(pcf/ft)
Depth OSHA
Stratum (ft) Soil Type Soil Ka Ko Active At-Rest
Type
Above Below Above Below
GWT GWT GWT GWT
1 0 to 8 Fat clay "B" 0.50 0.65 55 20 72 31
2 8 to 40 Lean Clay/Sandy "C" 0.41 0.58 45 20 64 28
Y
Intertczk
131Page
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
TABLE 3.6:BORE PIT&HDD CASE"C'- CISO CREEK SITE 1
EFP(pcf/ft)
Depth OSHA
Stratum (ft) Soil Type Soil Ka Ko Active At-Rest
Type
Above Below Above Below
GWT GWT GWT GWT
1 0 to 4 Fat clay "B" 0.50 0.65 55 20 72 31
2 4 to 18 Lean Clay "C" 0.41 0.58 45 20 64 28
3 18 to 40 Fat Clay "C" 0.50 0.65 55 20 72 31
TABLE 3.7: BORE PIT&HDD CASE"D"- CISO CREEK SITE 2
EFP(pcf/ft)
Depth OSHA
Stratum (ft) Soil Type Soil Ka Ko Active At-Rest
Type
Above Below Above Below
GWT GWT GWT GWT
1 0 to 28 Fat clay "C" 0.50 0.65 55 20 72 31
2 28 to 50 Lean Clay "C" 0.41 0.58 45 20 64 28
TABLE 3.8:BORE PIT&HDD CASE"E"- CISO CREEK SITE 2
EFP(pcf/ft)
Depth OSHA
Stratum (ft) Soil Type Soil Ka Ko Active At-Rest
Type
Above Below Above Below
GWT GWT GWT GWT
1 0 to 18 Lean Clay "C" 0.50 0.65 55 20 72 31
2 18 to 28 Lean Clay with Sand "C" 0.50 0.65 55 20 72 31
3 28 to 50 Fat Clay "C" 0.50 0.65 55 20 72 31
3.4 PIPE BEDDING AND BACKFILL RECOMMENDATIONS
The following table outlines general waterline backfill and bedding recommendations.
TABLE 3.9:GENERAL PIPE BEDDING AND BACKFILL RECOMMENDATIONS
Undercut Extent Undercut of the unstable trench bottom should
terminate at stable materials.
Trench bottom should be clean and dry and free of
Trench Bottom Bearing Level silt, debris,trash, and other deleterious materials
with a maximum particle size of 1% inches
Minimum 6 inches beneath the bottom of the pipe
Bedding Materials Thickness and as required to embed the lower quadrant of the
pipe.
Intertek
141
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
Bedding Materials Well-graded crushed stone or gravel with
conformance to Modified Grade 5 Gravel
Materials should extend from the surface of the
Initial Backfill Thickness bedding materials to 1 foot above the top of the
pipe
Initial Backfill Materials Well-graded crushed stone or gravel with
conformance to Modified Grade 5 Gravel
Bedding and initial backfill materials should be
Compaction of Bedding and Initial Backfill compacted using a hand-held vibrator.The vibrator
Materials should be inserted every 3 feet on each side of the
pipe.
Compacted materials should extend from the
Secondary Backfill Thickness surface of the initial backfill materials to the top of
the trench or bottom of the pavement.
Secondary Backfill Compacted on-site materials free from debris, trash
and brush or Flowable Fill
Maximum Secondary Backfill Loose Lift 12 Inches
Thickness
TABLE 3.10:COMPACTION AND TESTING RECOMMENDATIONS FOR PIPE BACKFILL MATERIALS
Optimum
Location Material Density Test Percent Moisture Testing
Method Compaction Frequency
Content
Pipeline Secondary o 0 1 per 400 Linear
Trench Backfill ASTM D-698 >_ 95/ -1 to +3/ Feet
Areas
3.5 GROUNDWATER CONSIDERATIONS
Groundwater depths in the exploratory borings during our field exploration at the deeper bore pit locations
at the Oso Creek Site 1 and Site 2 crossings are near the 5 to 9 foot depths. Wellpoint dewatering for these
Bore Pits will likely be required.
Depending on the pipe material type, size, and depth of installation, uplift and buoyant forces may be of
concern when groundwater is present around the pipe and should be considered in the design but may be
significantly proportional to the increase in pipe size. When an empty pipe is placed below the groundwater
table, the bottom may be subjected to the uplift force equal to 62.4 pounds per square foot for each cubic
foot of pipe below the water table and will be at the maximum when the pipe is empty. If design requires
uplift considerations,uplift forces may be resisted by the mass of the pipe,buried concrete dead man anchors,
if feasible,and by the weight of the overburden soils above the pipeline installation.
Intertek
15
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
3.6 RECOMMENDATIONS FOR ALLOWABLE HDD PRESSURES
HORIZONTAL DIRECTIONAL DRILLING(HDD)RECOMMENDATIONS
Based on the information provided in the drawings"WTR-497,sheets 22 of 65 and 22 of 65",PSI understands
that the proposed project consists of installing a 16-inch pipeline across OSO Creek near Corpus Christi,Texas.
Borings B-20 and B-21 as marked in the drawing shown in Figure 1 were used at the OSO Creek-1 Site; and
Boring B-30 and B-31 as marked in the drawing shown in Figure 3 were used at OSO Creek-2 Site.The boring
logs are presented in the Appendix of this report.Recommendations with respect to maximum and allowable
drilling pressures based on Queen's equations for 6-inch pilot hole are provided in the following sections of
this report.
HDD INSTALLATION
The drilling pressure used for installation should not allow for either"blowout" or hydro fracture of the soils
during installation.The maximum drilling pressures should not exceed those reported in Figure 2 and Figure
4 for the sites OSO Creek-1 and OSO Creek-2 respectively,which is based on a pilot hole diameter of 6-inches.
The minimum required drilling pressure to achieve adequate return during drilling should be computed by
the contractor to ensure that the maximum allowable pressure is not exceeded.These computed pressures
are not applicable during the reaming process. Drilling pressures for HDD crossings are provided in
subsequent sections.
Drilling pressures are calculated based on the client provided plan and profile of the pipeline and ground
elevation.
For drilling pressure calculations, the interpreted soil parameters are presented in Table 1 and Table 2. The
boring elevations for the borings mentioned in the tables below are based on the provided information in the
drawing and Google Earth.
Intertek
16 �
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
TABLE 3.11:SOIL PARAMETERS FOR DRILLING PRESSURE CALCULATION AT OSO CREEK-1 SITE(B-20 AND B-21)
Elevation
Layer Thickness (feet) Total Unit Weight Cohesion Phi de
y (feet) Top Bottom (pcf) (psf) (deg.)
Clay 1 15 +24 +9 115 700 -
Clay 2 13 +9 -4 120 2,000 -
Clay 3 12 -4 -16 120 2,600 -
• Water table was assumed at Elevation+16.5
TABLE 3.12:SOIL PARAMETERS FOR DRILLING PRESSURE CALCULATION AT OSO CREEK-2 SITE(B-30 AND 31)
Elevation
Layer Thickness (feet) Total Unit Weight Cohesion phi de
y (feet) Top Bottom (pcf) (psf) (deg.)
Clay 1 13 +22 +9 115 600 -
Clay 2 12 +9 -3 120 1,000 -
Clay 3 25 -3 -28 120 2,000 -
• Water table was assumed at Elevation+17
The maximum allowable pressures are shown on Figure 2 and Figure 4 for the sites OSO Creek-1 Site and OSO
Creek-2 Site respectively. The maximum allowable pressures calculated based on a 6-inch pilot hole with a
factor of safety of 2.0. Recommended pressures are calculated based on Delft's and Queen's equations. For
clay soils, the maximum allowable pressure is determined based on the Queen's equations. For Sand Soils,
the maximum allowable pressure is determined based on the Delft equations.
Intertek
17
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
' 171 1. E 1'1 T n r1
p Er Bore Hole#20
STA:
t.} +00 - - -.
8 97 a xu c c-E "
Lat N27.39'46.12" Sore Hole#2I
'.d. Long W97°2T 21.14"m bTA:106 50
Depth:00' 000 I_at N27 39'34 73"
Long:W97.2T 2,.06 - �� ---
Depth:40
wt
a a a
_ _ __ _ 2 �a
1 __________________ - �-__— ---- --J w
i
aaM
PLAN VIEW ; --
' — — — T I
- r — c ♦ CALL BEFORE YL h pp
aaa
I wr • .c 3mruc .� E
o
25
2 20
15 y
tC5+
10 G C
5 2
fff«<3111 O N�
-5 m d
-10
a
-15 cy
-2 -20 S mm m�iwc xa�
sw.w 9J+O] 98+00 99°W IOMW IOIaOo 103+00 i0.M00 14H0o tOS+W tOW00 f0]+W ION00 .,,�;,. .•,Mqp �
° M-497
Figure 3.1- Plan and Cross-Sectional profile of HDD for OSO Creek-1 Site
Intertek
18 Page
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
Maximum Allowable Pressure
Pressure
P,
Nk �-
A= L—z�Pressure75pcfmu
'0 T
60
SD
--!------------------
........... ------- ......
40
T-----T-----T r----------
-------------------r :::T
------------- ------
-----------
30
------------ -4.. T----------
------ ------
20
-------
10 4---------------
-4 -4 -------------------
0 i
96A 9&0 100.0 im im 10&0 108-0 110-0
Project Station
so
--------------
JOSOCreek-lCrossing I
--------------------- —--------- ------------------
20
-------------- i t ——------ ------------------------
:.-Zt!'1,�.fire Profile
------------
----------
Cc
10 -App' ........
---------------- --------------1 4 4 — ---------
proxi und Surface M -J
—Ap nmate Glo
------------ ----------------
0
------ ----------------
----------------
III --------------------
----------
-10
9" na "0.0 1020 104.0 10&0 IMO 110.0
Project Station
Figure 3.2-6-Inch Pilot Hole, Minimum and Maximum Allowable Drilling Pressures for OSO Creek-1 Site
ntertczlk
19 1 P a g e
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
N ! !
FW444(STAPLES STREET)
T
I _ FLal
e Hole M30 ` aor hoi -
w !!
I :34t50 STA. I !'
a
N27.39'06.42' LafN27°39'06.47" a
g" 27'45.79" Long:M!*26'36.34• -
th:50' ., i':AN V!EV! Depth:50' c
s Aw
i
CALL BEFORE YOU O!G!
Pw�w< ♦ .v. H
_ _ moon ou.• i9 rt�mann u�mw�u4 ♦ �+un..-�wrxi,., �:a et�•�°� 3 �o X W
.� __ ___ maon v..w.��iY • �on+cnrnw m o,n�� �ts;ao�;.»r...-. � c..�g
RSCVI My ab i!'0u[xV.R > E
U $kG
O
a
�h
ad
4
.. ... xroo s» uw0 42400 43400 .Wa .Ww .HOo uto0 .e40� .sa0o s M�-497
Figure 3.3- Plan and Cross-Sectional profile of HDD for OSO Creek-2 Site
Intertek
20 Page
SHZ8h Waterline Replacement Project PSI Project Nol8123045
Corpus Christi,
60
—Min Pre—re(65 pcf mud)
40
20
Project Station
30
10
—Appro)dmate Pipeline Profile
—Approximate Water Level
round Surface
� I �7i f - ---- ---------------
Project Statkm
Figure 3.4-6-Inch Pilot Hole, Minimum and Maximum Allowable Drilling Pressures for OSO Creek-2 Site
The proposed project consists of installing. Recommendations with respect to maximum and allowable
drilling pressures based on Delft's equation for 18-inch pilot hole are provided in the following section of this
report. If the pilot hole size is different, please inform PSI as this will change the result significantly.
The drilling pressure used for HDD installation should not allow for either"blowout" or hydro fracture of the
soils during installation. The maximum drilling pressures should not exceed those reported in Figure 3.1,
which are based on a pilot hole diameter of18'inch. The minimum required drilling pressure to achieve
adequate return during drilling should be computed by the contractor to ensure that the maximum allowable
pressure is not exceeded.These computed pressures are not applicable during the reaming process.
mterbpk
21 �
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
3.7 SITE SEISMIC DESIGN RECOMMENDATIONS
For the purposes of seismic design, based on the encountered site conditions and local geology, PSI
interpreted the subsurface conditions to satisfy the Site Class D criteria for use at this site as defined by the
International Building Code(IBC).The site class is based on the subsurface conditions encountered at the soil
borings, the results of field and laboratory testing, experience with similar projects in this area, and
considering the site prepared as recommended herein. The table below provides recommended seismic
parameters for the project based on the 2018 edition of the IBC.
TABLE 3.13:RECOMMENDED DESIGN SEISMIC PARAMETERS
Seismic Parameter IBC 2018
0.2 sec(Ss) 0.064g
1.0 sec(S1) 0.033g
Site Coefficient 0.2sec, Fa 1.6
Site Coefficient 1.0 sec, Fv 2.4
0.2 sec(Sps) 0.068g
1.0 sec(Sp1) 0.053g
Intertek
22
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
4.0 CONSTRUCTION CONSIDERATIONS
Geotechnical Engineer Involvement at the Time of Construction—Foundation pad preparation requirements
on expansive clay sites in this area depend on the soil moisture conditions that exist due to the prevailing
climate at the time of construction as well as the expansive properties of the clay.It is recommended that the
foundation pad recommendations presented in this report be confirmed immediately prior to construction by
the Geotechnical Engineer of Record(GER). Wetter climate conditions near the time of construction can lead
to a significant reduction in pad preparation requirements which can often be a substantial percentage of site
development cost.
Having a Geotechnical Engineer retained to review the earthwork recommendations in the Contract
Documents and be an active participant in team meetings near the time of construction can often result in
project cost savings. Therefore, PSI recommends that an AASHTO accredited 3rd party laboratory with
qualified professional engineers who specialize in geotechnical engineering be retained to provide
observation and testing of construction activities involved in the foundations, earthwork, pavements and
related activities of this project.As the Geotechnical Engineer of Record, PSI's services can be retained as the
3rd party laboratory. PSI's participation would be advantageous to the project flow and value engineering
during construction since we are most familiar with the existing soil conditions at the site.
The geotechnical engineer often does not have all available design information at the time of writing the
original report since the report is most often done very early in the design process.The GER can be of great
benefit immediately prior to construction since definitive information regarding the location of the
building, surrounding flatwork, pavements, planned landscaping, and drainage features is available. The
GER can then write Supplement letters to the original geotechnical report often resulting in less risk and
project cost savings.
PSI cannot accept responsibility for conditions which deviate from those described in this report, nor for the
performance of the foundations or pavements if not engaged to also provide construction observation and
materials testing for this project.The PSI geotechnical engineer of record must also be engaged by the Design
Team,even if periodic on-call testing is contracted with PSI Construction Services.
4.1 INITIAL SITE PREPARATION CONSIDERATIONS
4.1.1 SUBGRADE PREPARATION FOR SITE WORK OUTSIDE BUILDING PAD AND PAVEMENT AREAS
Grade adjustments outside of the foundation pad and pavement areas can be made using select or general
fill materials.The clean excavated onsite soils may also be reused in areas not sensitive to movement.
Intertek
23
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
TABLE 4.1:SUBGRADE PREPARATION FOR NON-STRUCTURAL-GENERAL FILL
Minimum Undercut Depth 4 inches or as needed to remove roots,organic and/or
deleterious materials
Proof-roll subgrade with rubber tired 20-ton (loaded)
Exposed Subgrade Treatment construction equipment
Alternate Equipment can be used with Geotechnical
Engineer Approval
Excavate to firmer materials and replace with
Proof-Rolled Pumping and Rutting Areas compacted general or select fill under direction of a
representative of the Geotechnical Engineer
Any clean material free of roots,debris and other
General Fill Type deleterious material with a maximum particle size of 4
inches
[-Maximum General Fill Loose Lift Thickness 8 inches
TABLE 4.2:FILL COMPACTION RECOMMENDATIONS OUTSIDE OF BUILDING AND PAVEMENT AREAS
Test Method for � Optimum
Location Material Density Plasticity Percent Moisture Testing Frequency
Determination Index Compaction Content
� Outside of 1 1
Structure/ PI >_25 94%to 98% 0 to+4% 1 per 10,000 SF;
General Fill ASTM D 698
Pavement min.3 per lift
Areas PI<25 >_95% 0 to+4%
4.1.2 EXISTING SITE CONDITIONS
The following table outlines construction considerations in consideration of demolition of existing structures,
demolition of existing paving, procedures for abandoning old utility lines and removing trees.
TABLE 4.3:CONSIDERATIONS FOR DEMOLITION,ABANDONING UTILITIES AND TREE REMOVAL
Existing Structures
Foundations of former structures located below Impact of foundation of former structures should
new structure _ be evaluated on a case by case basis
Foundations for former structures located below Cut off at least 3 feet below finished paving grade
newpaving
Existing Pavement
Former paving located within footing of proposed
Remove concrete and/or HMAC surface course and
structures
base entirely or review impact on case by case
basis
Former paving located within footprint of Remove concrete and/or HMAC surface course and
proposed new paving evaluate if base can be reused
Abandoned Utilities
Utilities of former structures located within new Remove pipe, bedding and backfill and then
foundation pad/footprint of proposed structure
replace with select fill placed using controlled
compaction
Utilities of former structures located outside of Abandon in place using a grout plug
Intertek
po
241
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
foundation pad footprint
Tree Removal
Remove root system for full vertical and lateral
Trees located within proposed building footprint; extent and extend removal for at least 3 feet
roadways, parking,and sidewalk areas; and 5 feet beyond presence of root fragments and replace
of building area i void with compacted general fill or flowable fill
I
4.2 MOISTURE SENSITIVE SOILS/WEATHER RELATED CONCERNS
Soils are sensitive to disturbances caused by construction traffic and changes in moisture content. During wet
weather periods, increases in the moisture content of the soil can cause significant reduction in the soil
strength and support capabilities. In addition, soils which become wet may be slow to dry and thus
significantly retard the progress of grading and compaction activities. It will, therefore, be advantageous to
perform earthwork, foundation, and construction activities during dry weather. A relatively all-weather
compacted crushed limestone cap having a thickness of at least 6 inches should be provided as a working
surface.
4.3 EXCAVATION OBSERVATIONS
Excavations should be observed by a representative of PSI prior to continuing construction activities in those
areas. PSI needs to assess the encountered materials and confirm that site conditions are consistent with
those discussed in this report. This is especially important to identify the condition and acceptability of the
exposed subgrades under foundations and other structures that are sensitive to movement.Soft or loose soil
zones encountered at the bottom of the excavations should be removed to the level of competent soils as
directed by the Geotechnical Engineer or their representative. Cavities formed as a result of excavation of
soft or loose soil zones should be backfilled with compacted select fill or lean concrete.
After opening,excavations should be observed,and concrete should be placed as quickly as possible to avoid
exposure to wetting and drying. Surface run-off water should be drained away from the excavations and not
be allowed to pond. Excavations left open for an extended period of time (greater than 24 hours) should be
protected to reduce evaporation or entry of moisture.
4.4 DRAINAGE CONSIDERATIONS
Water should not be allowed to collect in foundation excavations, on foundation surfaces, or on prepared
subgrades within the construction area during or after construction.Proper drainage around grade supported
sidewalks and flatwork is important to reduce potential movements. Excavated areas should be sloped
toward one corner to facilitate removal of collected rainwater, groundwater, or surface runoff. Providing
rapid, positive drainage away from the building reduces moisture variations within the underlying soils and
will aid in reducing the magnitude of potential movements.
4.5 EXCAVATIONS AND TRENCHES
It should be noted that excavation equipment capabilities and field conditions may vary.Geologic processes
are erratic and large variations can occur in small vertical and/or lateral distances. Details regarding"means
and methods"to accomplish the work (such as excavation equipment and technique selection) are the sole
responsibility of the project contractor.The comments contained in this report are based on small diameter
Intertek
25
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
borehole observations. The performance of large excavations may differ as a result of the differences in
excavation sizes.
The Occupational Safety and Health Administration (OSHA) Safety and Health Standards (29 CFR Part 1926,
Revised October 1989), require that excavations be constructed in accordance with the current OSHA
guidelines. Furthermore, the State of Texas requires that detailed plans and specifications meeting OSHA
standards be prepared for trench and excavation retention systems used during construction. PSI
understands that these regulations are being strictly enforced,and if they are not closely followed,the owner
and the contractor could be liable for substantial penalties.
The contractor is solely responsible for designing and constructing stable,temporary excavations and should
shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation
sides and bottom.The contractor's"responsible person",as defined in 29 CFR Part 1926,should evaluate the
soil exposed in the excavations as part of the contractor's safety procedures. In no case should slope height,
slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in
local,State, and Federal safety regulations.
PSI is providing this information as a service to the client. PSI does not assume responsibility for construction
site safety or the contractor's or other parties' compliance with local, State, and Federal safety or other
regulations.A trench safety plan was beyond the scope of our services for this project.
Intertek
26
SH 286 Waterline Replacement Project PSI Project No:03123045
Corpus Christi,Texas May 21,2024
5.0 REPORT LIMITATIONS
The recommendations submitted in this report are based on the available subsurface information obtained
by PSI and design details furnished by the client for the proposed project. If there are revisions to the plans
for this project, or if deviations from the subsurface conditions noted in this report are encountered during
construction,PSI should be notified immediately to determine if changes in the foundation recommendations
are required. If PSI is not notified of such changes, PSI will not be responsible for the impact of those changes
on the project.
The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional
advice contained herein have been made in accordance with generally accepted professional Geotechnical
Engineering practices in the local area. No other warranties are implied or expressed.This report may not be
copied without the expressed written permission of PSI.
After the plans and specifications are more complete, the Geotechnical Engineer should be retained and
provided the opportunity to review the final design plans and specifications to check that the engineering
recommendations have been properly incorporated in the design documents. At this time, it may be
necessary to submit supplementary recommendations. If PSI is not retained to perform these functions, PSI
will not be responsible for the impact of those conditions on the project.
This report has been prepared for the exclusive use of City of Corpus Christi Department of Engineering
Services for specific application to the proposed SH 286 Waterline Replacement 20101 to be constructed at
Various Locations in Corpus Christi,Texas.
Intertek
27
APPENDIX
ntertek
28
W n ' i •
3 Al
ZI`
LO
�O �ll m C�.__ CIDry ;
V
F (� •
t
M k� 6
m m CD „�rm�j : tl�
CflCD CV cVlCCQ—
'
m M
o r� ra OkYAp''l"Z - -
' Z
o •
�n
w
J
u ) LU
O J
H a
O
z
CL
m
.o
L,
a
C N O
C E v m
E x
on
u .c v
H
m m
n co •= o
V � -0L o
u z
J � v0 -u
�L tD
00
MO
W Ln
o so
oa �
u
^. tn
e0
is
S
a
a W
W
ea 0 0 Q
O
z
m
ON
d CA Ln
0
C N O
C Em Xm
= u O ~ m
M - O
'+ Q 0
V � a L O
O N � Z
J o
z o
oo
•o
c N U N
2 a
0 0�0 to
M N
a W
l�
S
4-
L �
LU
(0
ef
!F)
m
N
J' N
•
1 �
CL
� •14 � C
v E
_• F.t_ S• ` S` a •
V
Gm :�
j _ ® G� I O •
1 G cy) m
h�---- 6)m S`_ (`7
NI N'
y Fri m m m
N ¢ Nl O
to+�• �`�r :'f it �,'Na� � ,,� � �,
Ln
i �!411i
,`S
mc I S ••
ecri ..
U ..
o0
T
N
00
V
N
0
CD D ..
M N N 7 1
z � Ln O00
0 3 ' 7J
D
O ram-' E
F W N rf
NXOE O
W v �' (D
g " jQ
Ln a'o CrD
,
z
O
iO
mcn
n
CYI D
r
m ��
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-01 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o o v
oU) � Z LC L
50LU U) p i U
20Elevation:
40 60
FAT CLAY(CH), brown,firm to very 40 0
—— stiff
q
38 0 93 80 24 56
5— -Transitions to a tan color at 4 feet 29 1.4 121
30
30
*..... ..:..:.. ..:..:.:.
—— .:....:..:..... ..:.
10
—— 29 ......:.:..:. ....:....
Boring terminated at approximately 12
feet. ........ .......... ........ .........
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 12.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-02 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
� F o o v
ZoU) � LC L
< 50LU U) p U
20 soElevation:
FAT CLAY(CH), brown,very stiff
32 0 91 58 21 97 111
-- ....
32 .....
-- .. .
5— LEAN CLAY(CL),tan,very stiff to hard 26 0 94
—— 26 . . ..
23 44 17 27
10
—— 18
Boring terminated at approximately 12
feet. ........ .......... ........ .........
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 12.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
LM psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-03 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o o v
oU) � Z LC L
50LU U) p i U
20 60Elevation:
FAT CLAY(CH), brown,stiff to hard 29
--
34 ....:..:..:. ..:..:.:..
-- .... .
5— -Transitions to a tan color at 4 feet 24 0 92 60 24 36
28 ..:....:..:..:.. ..:..:.:.
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-04 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o o v
oU) � Z LC L
50LU U) p U
20 soElevation:
FAT CLAY(CH), brown,stiff to hard 33L 0.......: .. .:.:..:. .
—— -Transitions to a tan color at 2 feet
-- 23 .;..;...�...:. ....:.:..
5 23 ( I 3.9 126
-- t..
—— 23 y�.. .Q... ...... ..:..:.:..
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-05 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o o v
oU) � Z LC L
50LU U) p U
20 soElevation:
FAT CLAY(CH), brown,stiff to hard 29L 0. ...
30 70 21 49
5— -Transitions to a tan color at 4 feet 23
—— 18 0 88
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
LM psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-06 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o v
oU) � Z LC L
50LU U) p i U
20 soElevation:
FAT CLAY(CH), brown,stiff to very 28 0 89
-- stiff ..... .:....:. ....:.:..
-- �..... ...... .........
34 ....:....:. ....:.:............
5— -Transitions to a tan color at 4 feet 31 56 21 35
25 k:..:....:..:..:.. ..:..:.:.
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
LM psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-07 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
FAT CLAY(CH), brown,stiff to very 31 0
—— stiff q
—— �.....
33 �:....:..:; ....
5— -Transitions to a tan color at 4 feet 33 0 92 62 23 39
-- 19 ? ...... ...... ....:. ..
—— 29 x..:....:..:..... ..:.........
10 /
25 0 93 50 19 31
Boring terminated at approximately 12
feet. ........ .......... ........ .........
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 12.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-08 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o v
oU) � Z LC L
50LU U) p i U
20Elevation:
40 60
FAT CLAY(CH), brown,firm to very 38
stiff 0
- q
. . : . . . . . . . . .
35 0 96 79 25 54
5— -Transitions to a tan color at 4 feet 29
31 0 97 X..... ...... ..:..:.:..
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-09 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o o v
oU) � Z LC L
50LU U) p i U
20 60Elevation:
FAT CLAY(CH), brown,stiff to very 26 0
—— stiff
—— 26 ;
—— /.. ..... . .... . ....
5 22 0 86 74 23 51
-Transitions to a tan color at 6.5 feet 31 Q )C
10 Boring terminated at approximately 10
—— feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-10 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o v
oU) � Z LC L
50LU U) p U
20 soElevation:
FAT CLAY(CH), brown,stiff to hard 29L 0. .. _
—— -Transitions to a tan color at 2 feet 22 0 85
5 28
—— 29IC.:.. ...
—— 28 1.4 121
10— f
—_—_ 32 0 92 83 29 54
15 Boring terminated at approximately 15
feet.
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
LM psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-11 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 4o so
FAT CLAY(CH), brown,stiff to hard 32 0
G�........ ......... . ... .
;K:
—— 26 x:
........ ..........
— -Transitions to a tan color at 4 feet
5 25 50 20 30 Orr
5
-- 18 0 87 Q... ...... ....:. ..
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
LM psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-12 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o o v
oU) � Z LC L
50LU U) p i U
20 soElevation:
FAT CLAY(CH), brown,firm to very 30 0
—— stiff Q. .. .
32 66 26 40
5— LEAN CLAY(CL),tan,very stiff to hard 23
21 0 90 44 17 27
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-13 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
—— FAT CLAY(CH), brown,stiff to hard 26 0 61 20 41
—— 20 .
5— -Transitions to a tan color at 4 feet 26 0 93
22
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
LM psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-14 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o v
oU) � Z LC L
50LU U) p U
20 soElevation:
FAT CLAY(CH), brown,stiff to hard 29L 0. ...
23 70 21 49
5— -Transitions to a tan color at 4 feet 26 1.2 118
27 0 92 x:..:....:..:..... ..:..:.:..
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
E55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-15 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
FAT CLAY(CH), brown,stiff to hard 28
22 0 90 ......
68 21 47
5— -Transitions to a tan color at 4 feet 24 1
27 .?� .
—_—_ 26 0 92 54 22 32
10
23
-
-- fj
15 Boring terminated at approximately 15
feet.
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-16 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � Fa Ua W .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o o v
oU) � Z LC L
50LU U) p U
20 soElevation:
FAT CLAY(CH), brown,stiff to very 27
stiff
--
22 24 xc :....:. ....:.:..
5— -Transitions to a tan color at 4 feet 27
-- I
—— 25
__
10
-- I
24
15 Boring terminated at approximately 15
feet.
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER
DATE: 2/22/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-17 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o v
oU) � Z LC L
50LU U) p U
20 soElevation:
FAT CLAY(CH), brown,stiff to hard 27 54 19 35
—— 22
— -Transitions to a ta
5 n color at 4 feet 23 0.9 117
5
-- 21 0 91 �.).......
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-18 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o o v
oU) � Z LC L
50LU U) p i U
20 soElevation:
FAT CLAY(CH), brown,stiff to hard 27
—— 24 .
........ ..........
5— -Transitions to a tan color at 4 feet 32 58 25 33
31 0 93 ....:..:. ..:..yE.:....;..;..,.. ..:..:..;..
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-19 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o v
oU) � Z LC L
50LU U) p i U
20 soElevation:
FAT CLAY(CH), brown,stiff 32 0
—— ......33 71 24 47 �..... -i- .- ..
... .:.....:..
5— -Transitions to a tan color at 4 feet 31 1.5 118
—— 29 0 94 59 21 38 p
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-20 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
0
FAT CLAY(CH)with SAND, brown, 29
—— stiff Q
-- I 29 50 18 32 .. .:....:.:..:. .:..:.:..
5— -Transitions to a tan color at 4 feet 35 0 82
—— 1 28 T ...�C...... ...... .........
LEAN CLAY(CL),tan,stiff 24 0 86 35 16 19
10
-- �7 I:.. . .... .
--
SANDY LEAN CLAY(CL),tan,firm to 23 0 60 4
15 very stiff
. ..........
18
�.
20
.....:.... .........
—— 17 .. 2.2 130
25— .1..
—— LEAN CLAY(CL)with SAND,tan,very
21 0 71 38 17 21 0 I �
30 stiff to hard
-- 1.
-- I
—— 21 f
35
17 C)j. .:.:..:. .:.. .:..
40 Boring terminated at approximately 40
. . . . . . . . . . . .
feet. .. ........... ......... ..........
45
50
55
COMPLETION DEPTH: 40.0 Feet DEPTH TO GROUND WATER
DATE: 2/27/24 SEEPAGE(ft.): 11
Intertek END OF DRILLING(ft.): 7.5
psi DELAYED WATER LEVEL(FT):7.5
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-21 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
SANDY FAT CLAY(CH), brown, stiff to 26 0 68
-- very stiff .... ..... ......... . ..:.:..
25 .; :....:. ..:..:.:..
5— LEAN CLAY(CL)with SAND,tan, stiff 25 0 84 46 18 28
—— to very stiff /:..:.:.. .:.:..:. .:. :.:.
-- 21 �.:..:..:....:..:..:.. ..:..:.:.
—— 22 .:..:..:....:. 1.2 125
10 1
—— 30
15
...........
--
FAT CLAY(CH),tan,very stiff to hard t
37 0 94 84 26 58 #T
20
—— 34 t
25
—_—_ 18 2.9 131
30 1
17 �... . .:..:.:..
35
--
22 0 96 62 20 42
40 Boring terminated at approximately 40
. . . . . . . . . . . .
feet.
45
50
55
COMPLETION DEPTH: 40.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):30
Intertek END OF DRILLING(ft.): 30
psi DELAYED WATER LEVEL(FT):30
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-22 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o v
oU) � Z LC L
50LU U) p i U
20 soElevation:
FAT CLAY(CH), brown,soft to stiff 25 0 89
t ...... ...... .........
29 ......:....:. ..:..:.:..
5— -Transitions to a tan color at 4 feet 27 0 92 52 20 32
-- I
-- 25 .x. .;....J
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/27/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-23 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o v
oU) � Z LC L
50LU U) p U
20 soElevation:
FAT CLAY(CH), brown,firm to stiff 28 yf
-- F...... ...... .........
-- 31 0 95 )K.....:....:. ....:.:..
— -Transitions to a tan color at 4 feet
5 31
5
—— 25 0 93 49 19 30
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
LM psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-24 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
FAT CLAY(CH), brown,stiff to very 28 0
—— stiff
Nk.....
—— 33 62 24 38 Eif
.. .:.......
5— -Transitions to a tan color at 4 feet 26
-- 31 0 94 ...... . �pX—: ... ...... ....:.:..
_ 58 20 38 ...... .
10—
0 l
15 Boring terminated at approximately 15
feet.
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-25 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o v
oU) � Z LC L
50LU U) p i U
20 soElevation:
FAT CLAY(CH), brown,stiff to very 31 0
-- stiff � .... .:....:. ....:.:..
-- 24 .:..:....:..:..:. ..:..:.:..
5— -Transitions to a tan color at 4 feet 28 0 91 55 21 34
25 ...... . . . ...... ..:..:.. ........
. . . . . . . . . . . .
32
10— l
—_—_ 31 0 96 50 22 28
15 Boring terminated at approximately 15
feet.
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-26 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
FAT CLAY(CH), brown,stiff to very 28
—— stiff
...... ...... .........
-- 29 x;......:....:. ....:.:..
5— -Transitions to a tan color at 4 feet 31 1.24 117
26 0 95 50 19 31
-- 23 ..:.... ...... . ....
10
-- fig`.
15 Boring terminated at approximately 15
feet.
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-27 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
FAT CLAY(CH), brown,stiff to very 31 0
—— stiff Q
—— +.....
34 64 25 39
:..... .:.....
5— -Transitions to a tan color at 4 feet 35 0 95
--
27 ...... ..:..:.. ..:..:.:.
-- 24 .:..:....:..:..:.. ..:..:..:.. 1.9 124
10— 1
—— 31 0 96 13 72 25 47
15 Boring terminated at approximately 15
feet.
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER
DATE: 2/27/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-28 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
a o a z � FaUaW .0 4.0 6.02u O w �wCD i2wo �
LmL o
SOIL DESCRIPTION z
F- Q
< � F o o v
oU) � Z LC L
50LU U) p i U
20 soElevation:
FAT CLAY(CH), brown,soft to stiff 32 0
.............. . . ......... .:..:.:..
�. ...... .t.... ...... ........
35 0 93 �.... :. ...:....:. ..:..:.:..
5 30
— I
30 61 22 39
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/27/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
Psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-29 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 4o so
FAT CLAY(CH), brown,firm to very 28 yf
—— stiff
-- F...... ...... .........
-- 31 0 91 )K.....:....:. ....:.:..
5— -Transitions to a tan color at 4 feet 31 54 20 34
-- 28 .: .
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/27/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
LM psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-30 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 4o so
FAT CLAY(CH), brown,stiff to very 32 0
..... ........ . . . ......... .:..:.:..
—— stiff
-- i
-- 32 y�.....:....:. ....:.:..
5— 1 -Transitions to a tan color at 4 feet 35 0 91 50 24 26
-- E
FAT CLAY(CH)with SAND,tan,firm 34 0 82 4 )<
SZ 20 5
10—
__ FAT CLAY(CH),tan,firm to very stiff 17 0 89 10
15
——_ 34 8 70 25 45
20— I
—— 28
25—
—— LEAN CLAY(CL),tan,very stiff to hard
22 0 86 45 20 25
30
—_—_ 23 2.7 126
35
. . . . . . . . . . . .
21 0 88 31 17 15
40
. . . . . . . . . . . .
. . . . . . . . . . . .
LEAN CLAY(CL)with SAND,tan,very 19 18
45 stiff
-- I
..:..:..:....:..:..:....:..:..:.. ..:..:...:.
—— 22 0 72 29
—50— Boring terminated at approximately 50
feet.
55
COMPLETION DEPTH: 50.0 Feet DEPTH TO GROUND WATER
DATE: 2/27/24 SEEPAGE(ft.):9.5
Intertek END OF DRILLING(ft.): 5
psi DELAYED WATER LEVEL(FT):5
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-31 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
0
LEAN CLAY(CL)with SAND,tan, stiff
—— 21
to hard . .. :
....,. ....
27 y�:......:....:. ....:.:..
5_ 26 0 80 4 41 18 23
Transitions to a tan color at 6.5 feet
20 0 82 6
--
_ 1 21 7
10—
7
31 11 �: .....;...
15
SILY CLAY(CL)with SAND,tan, stiff 25 11 25 20 5 .......'..
20
-- 19
25—
—— FAT CLAY(CH),tan,stiff to hard 24 0 90 59 21 38
30
—— 25 17
35
15 0 98 76 24 52
40
--
. ...: .
. : .......:..
. . . . . . . .
FAT CLAY(CH)with SAND,tan, hard 24 45
45
..:..:..:..........:.. .:..:..:. ..:..:.:..
—— 22 0 71 47
50 Boring terminated at approximately 50
feet.
55
COMPLETION DEPTH: 50.0 Feet DEPTH TO GROUND WATER
DATE: 2/27/24 SEEPAGE(ft.): 12.5
Intertek END OF DRILLING(ft.): 9
psi DELAYED WATER LEVEL(FT):9
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-32 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
FAT CLAY(CH), brown,stiff to very 26 0
—— stiff
-- �...�. ...... .........
26 }�
:..... .:.....:..
5— -Transitions to a tan color at 4 feet 28 50 21 29
24 0 93 .X. ...... ...... ..:..:.:..
Boring terminated at approximately 8
10
feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 8.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-33 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
FAT CLAY(CH), brown,stiff to very
32 62 25 37
—— stiff
30
5— -Transitions to a tan color at 4 feet 31
30
l
——
— � '�E? 1.52118
_ 29 0 95 62 25 37
10—
0
15 Boring terminated at approximately 15
feet.
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-34 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
FAT CLAY(CH), brown,stiff 35 0 72 22 50 01.
q ,.... ....;
33 ....:....... .......:..
5 31_
-Transitions to a tan color at 6 feet 30 1 I 1.4 120
25 0 95 11 52 19 33
10JLL
-- I
-- 28 0 98 12 :7C............. ... .
15 Boring terminated at approximately 15
feet. ...... ....:...:..
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER
DATE: 2/28/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
LM psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-35 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
FAT CLAY(CH), brown,stiff to very 26 0
—— stiff
29 61 22 39
5— -Transitions to a tan color at 4 feet 31 0 94
--
27 54 19 35 /'
28 0 99 7G..:....:..:..... ..:.........
10 Boring terminated at approximately 10
—— feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 10.0 Feet DEPTH TO GROUND WATER
DATE: 2/23/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
TO 12 SH 286 Waterline Replacement
Corpus Christi, Texas
Project No. 0312-3045
BORING B-36 LOCATION: See Boring Location Plan
it 0 F Q HAND PEN(TSF)0 UNC CMP(TSF)d
u O w w o CD z i2 W w o � J U W 2.0 4.0 6.0 �� �LL
F- a SOIL DESCRIPTION z Cl) Q F o � o F o z U) o v
o U) < � 50 LU Cl) ��� o U) gZ iL WC yL p Fm
���� U Z
Elevation: o a a a 20 40 60
FAT CLAY(CH), brown,stiff to very 20 0
—— stiff
23 64 21 43
5— -Transitions to a tan color at 4 feet 25 0 93
5
26 50 23 27
-- 23 0 91 11 ..:......:...... ... .
10 Boring terminated at approximately 10
—— feet.
15
20
25
30
35
40
45
50
55
COMPLETION DEPTH: 10.0 Feet DEPTH TO GROUND WATER
DATE: 2/27/24 SEEPAGE(ft.):NONE ENCOUNTERED
Intertek END OF DRILLING(ft.): NONE ENCOUNTERED
psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED
htertek KEY TO TERMS AND SYMBOLS USED ON LOGS
psiROCK CLASSIFICATION CONSISTENCY OF COHESIVE SOILS
ROCK QUALITY CONSISTENCY N-VALUE SHEAR STRENGTH HAND PEN VALUE
RECOVERY DESIGNATION (RQD1 (Blows/Foot) (tsf) (tsf)
Very Soft 0 TO 2 0 TO 0.125 0 TO 0.25
DESCRIPTION OF %CORE DESCRIPTION OF ROCK RQD Soft 2 TO 4 0,125 TO 0.25 0.25 TO 0.5
RECOVERY RECOVERY QUALITY
Firm 4 TO 8 0.25 TO 0.5 0.5 TO 1.0
Incompetent <40 Very Poor(VPo) 0 TO 25
Competent 40 TO 70 Poor(Po) 25 TO 50 Stiff 8 TO 15 0.5 TO 1.0 1.0 TO 2.0
Fairly Continuous 70 TO 90 Fair(F) 50 TO 75 Very Stiff 15 TO 30 1.0 TO 2.0 2.0 TO 4.0
L
Continuous 90 TO 100 Good(Gd) 75 TO 90 Hard >30 >2.0 OR 2.0+ >4.0 OR 4.0+
Excellent(Exlnt) 90 TO 100
SOIL DENSITY OR CONSISTENCY DEGREE OF PLASTICITY OF COHESIVE SOILS
DENSITY CONSISTENCY THD DEGREE OF PLASTICITY SWELL POTENTIAL
(GRANULAR) (COHESIVE) (BLOWS/FT) FIELD IDENTIFICATION PLASTICITY INDEX(PI)
Very Loose(VLo) Very Soft(VSo) 0 TO 8 Core(height twice diameter)sags under None or Slight 0 to 4 None
own weight
Core can be pinched or imprinted easily Low 4 to 20 Low
Loose(Lo) Soft(SO) 8 TO 20 with finger
Medium 20 to 30 Medium
Slightly Compact Stiff(St) 20 TO 40 Core can be imprinted with considerable
(SICmpt) pressure High 30 to 40 High
Compact(Cmpt) Very Stiff(VSt) 40 TO 80 Core can only be imprinted slightly with
fingers Very High >40 Very High
Dense(De) Hard(H) 80 TO 5"/100 Core cannot be imprinted with fingers but
can be penetrated with pencil
Very Dense(VDe) Very Hard(VH) 5"/100 to 0"/100 Core cannot be penetrated with pencil
BEDROCK HARDNESS MOISTURE CONDITION OF COHESIVE SOILS
MORHS' CHARACTERISTICS EXAMPLES APPROXIMATE THD DESCRIPTION CONDITION
SCALE PEN TEST
Sandstone,Chart,Schist,Granite, Very Hard 0"to Absence of moisture,dusty,
5.5 to 10 Rock will scratch knife Gneiss,some Limestone (VH) 2'7100 dry to touch DRY
3 to 5.5 Rock can be scratched Siltstone,Shale,Iron Deposits,most Hard(H) 1"to
with knife blade Limestone 5'7100 Damp but no visible water MOIST
1 to 3 Rock can be scratched Gypsum,Calcite,Evaporites,Chalk, Soft(So) 4 t0 Visible free water WET
with fingernail some Shale 6'7100
RELATIVE DENSITY FOR GRANULAR SOILS SAMPLER TYPES SOIL TYPES
APPARENT SPT CALIFORNIA MODIFIED CA.
DESN RELATIVE
ITY (BLOWS/FT) SAMPLER SMAPLER DENSITY )
(BLOWS/FT) (BLOWS/FT)
Very Loose 0 to 4 0 to 5 0 to 4 0 to 15
NO TXDOT SHELBY CLAY(CL) CLAY(CH) SILT
Loose 4 to 10 5 to 15 5 to 12 15 to 35 SAMPLE CONE TUBE
Medium Dense 10 to 30 15 to 40 12 to 35 35 to 65 El 11
0
Dense 30 to 50 40 to 70 35 to 60 65 to 85 LIMESTONE SHALE SANDSTONE
NO ROCK SPLIT °
Very Dense >50 >70 >60 85to100 �
RECOVERY CORE SPOON °
El
ABBREVIATIONS
I�I SAND GRAVEL FILL
PL—Plastic Limit Qp—Hand Penetrometer AUGER
LL—Liquid Limit Qu—Unconfined Compression Test SAMPLE D
WC—Percent Moisture UU—Unconsolidated Undrained Triaxial
V WATER SEEPAGE Note:Plot Indicates Shear Strength as Obtained By Above Tests ASPHALT CONCRETE CHALK
WATER LEVEL AT END OF DRILLING
CLASSIFICATION OF GRANULAR SOILS
U.S.STANDARD SIEVESIZE(S)
6" 3" 3/4" 4 10 40 200
BOULDERS COBBLES COARSE GRAVELFINE I COARSEI MEDIUMI FINE SILT OR CLAY CLAY ntr�
intertek
' COMPLETE BUILDING1 1
Everything you need from start to finish-Assurance,Testing, Inspection,and Certification
Building Systems
Environmental Consulting Consulting
& Geotechnical Services Industry professionals provide
Assuring site and subsurface a variety of acoustic,fire,AV,
conditions meet the criteria for roofing system and enclosure
purchase,development and consulting services to ensure
construction. proper design and installation of
a building's critical systems.
Decommissioning
& Due Diligence Building Product &
Supporting the redevelopment Construction Materials
and transfer of property assets Testing
via environmental and property Providing testing for virtually all
assessments and engineering \ types of building products,
services. construction materials,and
systems for safety,retail,code,
and performance purposes,
loll
loll
logo■e
logo■e
logo■se■
■10 sell
Property Product Certification
Management & Code Evaluation
Support Services The ETL and Warnock
Providing a variety of Hersey Marks show a
building systems testing, product or system's
inspection,and consulting conformance to code and
services to optimize the
value and life of the ensures the on going
property asset. verification of compliance.
Mock-Up & Field Testing , _ Field Labeling
On-site(air infiltration,water J Providing on-site services of
leakage,and structural opening systems that need
performance for fenestration) 1 to be re-labeled or making
or in lab validation of a curtain recommendations for
wall's design,workmanship,and upgraded materials.
material selection to ensure
its performance.
Building Enclosure
Commissioning Industrial Hygiene Services
Design and construction Assessing a building or facility for
professionals provide a variety of sources(air,asbestos,
solutions to reduce the lead,mold)to minimize the risk of
potential for premature factors adverse to human health.
building failure,increase a
building's energy efficiency,
and expected life cycle.
BCFSNA030-2P
TOTAL QUALITY. ASSURED.
intertek .
psi
The ever increasing challenges of designing,constructing,and maintaining a building can be
difficult for any organization to navigate. From compliance to local and national codes,to
ensuring an efficient design,to property management,Intertek-PSI's team of architects,
engineers,scientists,and technicians understand firsthand the complexities of successfully
constructing a commercial building. Our full suite of services give us unique insight into all
phases of a project. Regardless of the project size or complexity, Intertek-PSI delivers
engineering,consulting,and testing services to support site selection,design,construction,
and property management.
• As a leader in providing comprehensive solutions to industries around the globe,Intertek-PSI
prides itself on bringing the expertise and services necessary for our clients to meet all of their
needs across their entire operation.Our Assurance,Testing,Inspection,and Certification
(A.T.I.C.)suite of services ensures that whatever your needs may be-assurance,testing,
inspection,certification,or all of the above,that those needs will be met by Intertek-PSI.
IF
800.WORLD.LAB
� icenter@intertek.com
Ej intertek.com/building
Intertek Building&Construction Group /
A diverse range of services from geotechnical investigations,due diligence,
industrial hygiene,and site surveys,for your building environment.
Our expertise offers engineering,consulting,evaluation,and peer review
to ensure a well designed project.
\ The most comprehensive suite of testing and certification services for
construction materials and building products.
Vital services throughout the construction process including inspection,
testing,monitoring,mock-ups,and consulting.
n
Evaluation of a building's condition through inspection and testing,
- investigation,and remediation plan development.
Services that expedite and ensure compliance of the transferor
decommissioning of property or building.
APPENDIX 2 - TxDOT PERMITS
Utility Pernvt Approval-Permit number:00002/20240710/367700/435248A M
Date of Approval:09-12-2024
DDENDUM No: 1
UTILITY PERMIT APPROVAL ATTAC M NT No: 2
PAGE 1 of 64
TO: Jimenez Maridel I Date: 09-12-2024
City of Corpus Christi Application/Permit 00002/20240710/367700/435248/UP
2726 Holly Rd No.:
Corpus Christi,78415 I District: lCorpus Christi
Highway 11 Control Section I Maintenance Section County
FM2444-K:At milepost 556+1.974 2343-01 1Nueces
FM2444-K: From milepost 558+0.176 To milepost 558+0.177 2343-01 11Nueces
Schedule Dates:from 11/15/2024 to 08/31/2025
TxDOT offers no objection to the location on the right-of-way of your proposed utility installation,as described by Notice of
Proposed Utility Installation No.00002/20240710/367700/435248/UP dated
07/22/2024 and accompanying documentation,except as noted below.
Work Description:This permit application includes two proposed crossings of FM 2444.The first is the installation of a 16-
inch waterline in a 30-inch steel casing across the FM 2444 right-of-way east of FM 2444.The proposed work is located on
FM 2444 approximately 0.11 miles west of the intersection of SH 286 and FM 2444.The casing and carrier pipe will be
installed by auger boring perpendicular(90 degrees)to FM2444.The proposed bore launch/receiving pits will be located in
a temporary work space on private property,outside of the TxDOT right-of-way,and will not affect the existing lanes of
travel.A traffic control plan has been provided for the shoulder work on FM 2444.A trench section,valve,and hydrant
details have been included for the work within TxDOT ROW.The second crossing is a 12-inch waterline in a 24-inch steel
casing approximately0.09 miles east of the intersection of SH 286 and FM 2444.The casing and carrier pipe will be
installed by auger boring,perpendicular(90 degrees)to FM2444.The proposed bore launch pit will be located in a
temporary work space on private property,outside of the TxDOT right-of-way,and will not affect the existing lanes of travel.
The receiving pit will be located in a TCE adjacent to the FM 2444 ROW.A traffic control plan has been provided for the
shoulder work on FM 2444.A trench section,valve,and hydrant details have been included for the work within TxDOT
ROW.The contractor shall email CRP utility locate@txdot.gov and shall also call 361-739-6044 at least 48 hours prior to
beginning construction so TxDOT owned utilities can be located.At least 48 hours prior to entering the ROW the contractor
shall also contact the following to provide permit and notification:Justin Feeney Utility Coordinator 361-806-3576
justin.feeney@txdot.gov Leslie Cantu 361-808-2383 Ieslie.cantu@txdot.gov
--Meets or exceeds 43 TAC.Area office has reviewed this request. Recommend approval.At least 48 hours prior to
entering State ROW the contractor shall contact the maintenance office to provide the permit and notification:David Franco
(Maintenance Supervisor)361-215-6530 David.Franco@txdot.govor Esmael Hernandez361-289-1400 office 361-904-
9055 cell Esmael.Hernandez@txdot.gov.NOTE:The contractor must also contact the following to provide notification: Paul
Reyes(Project Manager)361-806-7952 Paul.Reyes@txdot.gov.
Special Provisions:
You are required to notify TxDOT 48 hours(2 business days)before you start construction to allow for proper inspection
and coordination of workdays and traffic control plans. Use the RULIS website for the 48-hour notification. DO NOT start
construction until you have coordinated the construction start date and inspection with TxDOT.You are also required to
keep a copy of this Approval and any approved amendments at the job site.
When installing utility lines on controlled-access highways,access for serving this installation shall be limited to access via
(a)frontage roads where provided,(b)nearby or adjacent public roads or streets,(c)trails along or near the highway right-
of-way lines,connecting only to intersecting roads;from any one or all of which entry may be made to the outer portion of the
highway right-of-way for routine service and maintenance operations.The Installation Owner's rights of access to the
through traffic roadways and ramps shall be subject to the same rules and regulations as that apply to the general public
except,however,if an emergency occurs and usual means of access for routine service operations will not permit the
immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and
1/2
Utility Pemit Approval-Pemit number:00002/20240710/367700/435248/UP
Date of Approval:09-12-2024
welfare of the public,the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and
ramps as necessary to accomplish the required emergency repairs,provided TxDOT is immediately notified by the Utility
Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for the
convenience and safety of highway traffic.
The installation shall not damage any part of the highway,and adequate provisions must be made to cause minimum
inconveniences to traffic and adjacent property owners. If the Utility Installation Owner fails to comply with any or all the
requirements as set forth herein,the State may take such action as it deems appropriate to compel compliance.
1. PERMIT-The person in charge of this installation shall have a copy of the permit and its'attachments on the job at all
times. Deviations from the approved permit must have prior approval of the Texas Department of Transportation.
2. EXISTING UTILITIES-The exact location of any utilities that may conflict with the proposed installation should be
field verified bythe installer during
3. SAFETY-Warning and protective devices, including flagmen,shall be used to prevent creation of a traffic hazard
and to ensure the safety of the public in accordance with the Manual of Uniform Traffic Control Devices.
Parking of employees'cars and trucks on both sides of the pavement will be prohibited and all such vehicles shall be
parked on one side of the road and in no instance closer than a minimum of eight feet from the edge of the pavement.
All construction equipment and materials stored on highway right-of-way shall be stored in such a manner and at such
locations(a minimum of 30 feet from nearest traffic lane)as not to interfere with the safe passage of traffic.
SME-Area Engineer Review
Review Answer.Recommend Approval with Exception
Response text.
For the construction project CSJ 0326-01-056 in the vicinity, the contractor is required to contact the following personnel a
least 48 hours in advance (excluding weekends) to coordinate the placement of programmable message boards—one
facing each direction—and to discuss the messaging that will inform the traveling public about the scheduled closure.
Here are their contact details:
• Paul Reyes(Project Manager)
Phone:361-806-7952
Email:Paul.Reyes(d).txdot.gov
• David Franco(Maintenance Supervisor)
Phone:361-215-6530
Email:David.Francoa0dot.gov
• Esmael Hernandez
Office:361-289-1400
Cell:361-904-9055
Email:Esmae1.HernandezC@,txdot.gov
SME ATTACHMENTS:
Included attachments:
SME Answers Summary 2757321.pdf
ADDENDUM No: 1
ATTACHMENT No: 2
PAGE 2 of 64 2/2
C• E
o L�
p Z
�wC 0
W -
wawLLI
z
co QQd l w
N
cn (A
a
Z x boew
O_ Ld
a ~
a
U � �
—i
J
cn
w cm _
o 5
o
w
It U.
CDAIIIIIIIIRLINE
z (� w
_os
H Z J StPe`�
J U) ui
� �
Q � � w m 1
Hz N011101AIN o
cnw 99Z HS� F z �
W
W
� J
o W 2N3 w
illM
aivooliv
— t�,tvMHeiH sn
L)
z
&g
oo
CM
� o
LLJ71
g
L
J
U
ADDENDUM No: 1
ATTACHMENT No: 2
PAGE 4 of 64
Permit Application for a 12-inch Waterline Crossing FM 244
This permit application is for the installation of a 12-inch waterline in a 24-inch steel casing across
the FM 2444 right-of-way east of FM 2444. The proposed work is located on FM 2444
approximately 0.09 miles east of the intersection of SH 286 and FM 2444. The casing and carrier
pipe will be installed by auger boring, perpendicular (90 degrees)to FM2444. The proposed bore
launch pit will be located in a temporary work space on private property, outside of the TxDOT
right-of-way, and will not affect the existing lanes of travel. The receiving pit will be located in a
TCE adjacent to the FM 2444 ROW.A traffic control plan has been provided for the shoulder work
on FM 2444. A trench section, valve, and hydrant details have been included for the work within
TxDOT ROW.
The contractor shall email CRP utility locate@txdot.gov and shall also call 361-739-6044 at least
48 hours prior to beginning construction so TxDOT owned utilities can be located. At least 48
hours prior to entering the ROW the contractor shall also contact the following to provide permit
and notification: Justin Feeney Utility Coordinator 361-806-3576 justin.feeney@txdot.gov Leslie
Cantu 361-808-2383 leslie.cantu@txdot.gov
X
g sao!n as 5uuaaut5u3}o ;uauw�jodao
0 9>oaxxa xou�Xu .o"w�"' °ti0r,
xW a3sn ae o!Nx s y ' SVX31 3 nmos im a►w dw 7a2 mw r
rzoz/sr/so xo °°nm°�°Nu i�°�s��.�m.Na:soa,nn wu s�ae�
WOlB'ON'Wxstl IlslaHo Snciyoo do Am
as ad rn ansNoa'r eo w 3
wxoMMN 3M: ��- YJN Itimuff
I�YYY "7
� W�amp�w]OOOSIHL 1N3W3.'Mld3il 3NI12l31VM 98b H$
y �
NONdIN090 AB 3Ltl0 'ON NOlF7 NON 1-0 FH 3Lb➢ 'ON NOI H
0 � O
w
..... .......... aaee... ea.,eeeee, ee.. a
p rn O N
5 oz o w
<<-wO
mo 0 o��LLp
wgn�m
y Hy 66R0 yyy ��� 5SS yRR y R$ 0.0.RR zF U OO¢Z�
®®alit lit t z z z t tP ttlp o z w p
MR a w=3o
gg w & It MR
nE q: �ky6H N N �� OzO
VIA
N N 26 U
N N i O '~p
N D_ WO OZ N W
w � tnaO �F z axQ
UO=� O�Z QZOwH
w a_2
0 K ^
N y O ZOC wEw
W N N a0 O d OU 3OU o_OQ UKo EH
fl
0 � �
nl�z�-'
�
a
a�
vlt aoLo
WQW
rs stia� W N a
o o f x 0 H Q
QQd
b 5 O a ° 9
46
2
2
N
W
W �
2 x
N N
a �
00
= n
LLIJ
N N
� pp
y Y
°O N
S N
N
W
M =
r2 4=! N
OD
2
N
= N
N
� N
N 2
N
O �
�D
N Y N
N �
N
M
SS S
a
N
2 a0
UI N
S
y
N
9gZ90Z ° ° s s
Wg o
s a383m erwd
X
x
g sao!n aS 5uuaaut5u3}o ;uawpodap
o x�snd39 m mN 9 ,orem'"' '° SVX31 A Wa3IV7 0
rzoz/oc/so xo NHN°�•.:ui1�° snMam'v`u"°aa$u°`i..:�crz �+\\II rr�� /r I``II rr�� II ��3r
WOl6'ON'-s— �0a:aminn ww mdaz 1IJ1OHJ SI 1C]OQ✓ i� AlIJ
DENIONE
'3-d'No&"won00'r JO 0 3
wxw MN3a: -- YJNItimuff
O3Stl0313Lm9 J�If3W]00 SIHL 1rar433nd3a 314n2l31vM ssb HS
y �
NOxdIN090 AB 1 —0 'ON N01-8 1 ON N11N3N
Nil
s oW� Z
�w
Z=CO
U
'p =off n Q Q
ff w�z w i '3 I
LLJ
U �U FM n o 0 0 0 o g i I
i � I
;
H
B H �c�iw o -b i I g� & g
Uj
=o
ti C J�'g�cg Pii�ii3nin—zai'i Cgya�� �� N�ii�h
999999
C ��� x i� 000000 C m
I I y
I I
a = .vumao®®mv N oN u� o in o
=1
A NI Z9 I
P 15
L a �., so'z
9+1 � 0 NI LS l 15
If U I W
----- —_ -- _ --_---- ��ccQc a is,
5 1 N
/ IS N3 ] 10 I JS W N
Q Q Q
J
r=,b`r✓r✓r✓r✓>r
11 o_
-ICL
-- IIIIIIIII C) -
-___ _ I J
------- --------- — r S yy \ ' I I0 9 NOl '1S o I.
S o SEA } Q
�J
�n ! ' y S 0 B NI 90 I 15 0
8
W____ _____________________ mac° x G9 I
Z
d
o
y
_ m in
Z i g
O y g w
- > W va3i v3.eZ 3 GSI
a ��
w �m I � Ilil ; l
V
Z
a
x
• E
O U 8
O Z
L m 8
zZ�
2 ��
` a
5 n g
o=�° Zz m
Z W
w Q w W
W _
M F Q Q
coQQ� W
N
cn (A
a
Z x boew
O_ LLJ
a ~
a
U � �
O � (n
J � �
cn
W
w cm _
O
o 5
w � o =�
oC L
z (� w
_os
H Z J StPe`�
J
�
Q Cn w m
Hz N011101AIN o
w 9BZ HS <
Z �
w
W
� J
o W 2N3w
illM
a
— t�,tvMHeiH sn
L)
z
&g
03
� o
LLJ g
L
J
U
ADDENDUM No: 1
ATTACHMENT No: 2
PAGE 8 of 64
Permit Application for a 16-inch Waterline Crossing FM 244
This permit application is for the installation of a 16-inch waterline in a 30-inch steel casing across
the FM 2444 right-of-way east of FM 2444. The proposed work is located on FM 2444
approximately 0.11 miles west of the intersection of SH 286 and FM 2444. The casing and carrier
pipe will be installed by auger boring perpendicular (90 degrees) to FM2444. The proposed bore
launch/receiving pits will be located in a temporary work space on private property, outside of the
TxDOT right-of-way, and will not affect the existing lanes of travel. A traffic control plan has been
provided for the shoulder work on FM 2444. A trench section, valve, and hydrant details have
been included for the work within TxDOT ROW.
The contractor shall email CRP utility locate@txdot.gov and shall also call 361-739-6044 at least
48 hours prior to beginning construction so TxDOT owned utilities can be located. At least 48
hours prior to entering the ROW the contractor shall also contact the following to provide permit
and notification: Justin Feeney Utility Coordinator 361-806-3576 justin.feeney@txdot.gov Leslie
Cantu 361-808-2383 leslie.cantu@txdot.gov
X
g sao!n as 5uuaaut5u3}o ;uauw�jodap
0 9sodxxa xou�X7 .o"w�"' °ti0r,
xW a3sn ae o!ia�sly ' SVX31 3 nmos im a►w dw 7a2 mw r
rzoz/sr/so Na °°nm°�°Nu i�°�s��.�m.Na:soa,nn wu s�ae�
WOlB'ON'Wxstl IlslaHo Snciyoo do Am
as ad rn ansNoa'r eo w 3
wxoMMN 3M: ��- YJN Itimuff
I�YYY "7
� W�amp�w]OOOSIHL 1N3W3.'Mld3il 3NI12l31VM 98b H$
y �
NONdIN090 AB 3Ltl0 'ON NOlF7 NON 1-0 FH 3Lb➢ 'ON NOI H
0 � O
w
..... .......... aaee... ea.,eeeee, ee.. a
p rn O N
5 oz o w
mo 0 o��LLp
wgn�m
y a.�a Hy ����UCHO!!lQ�a yyy ®.1#®a B ,N
it tP 5SS y y ! FFHR ?F U Owp�Zv
�aa l ttlp o z w p
MR a w=3o
gg w & It MR
nE q: �ky6H N N g �� o OzO
o
N N 26 U
N N i O ~p
N D_ WO OZ N W
x<
H O Z Q Z O w H
I
E K ^
N y O ZOCZ OU ��wE
W N N a0 O d OU3OU o_OQ UKpN w�H
Lr
l
0 � �
oQo d15 S e�1C M oo = H N
big y � a H W Z H
~za �Z�
w
Z
ig
£b 8D ww NMM a$ wQw
N N M
CU x
L N
W� W �
(ll = 2
N N
a �
N
N N
� pp
y Y
°O N
S N
N
W
M =
r2 4=! N
OD
2
N
N O In
U](onW M
�
2
N
O �
�D
N Y N
N �
N
M
SS N
a
N
2 a0
UI N
S
y
N
9gZ� o o s s
Wg o
S 8383m)erwd
X
x
g saa!naag 6waaaui6u3}o ;uawpodap (GN3 — 60+6fl 'V1S) M
9>wNna Nougxusxw
SVX31 o O>
0; rz9z/9c/5o xo °°nm°�°N.ui1�°�s�m.�w:ammn wu svau _
W516'ON w sY IISIHHo sndHoo so Am 371308d � NV7d (H1nOS) 99JHS
'aa ad rn sn9no9'r eo 3
JN : -- `JNIti33NaN == N
03Stl0313Lm9 JNIf3W]OOS IHL 1rara3nd3a 3Nn2l31vM ssb HS
h �
NONdIN090 AB 3Ltl0 'ON N01-8 NOIIdIH090 A8 3LY➢ 'ON Ng5N3N
�? C14
RUY. n F
p Z dE
z z V
N �Qag w u wQ �3 FLU— O s
=) 0 LML. 6
F ¢A a -oin MQ Q�� LLJ
W ]
Z
Q W /W
who 3 �13�9y� m w 12 ��V S
Epp o
w F uy
J N §w o< .9 �I to r is
SrS S�`nu H?z S _ _
tn.
�n vdi M Z N NI 9N 0 l'15
\ �v ip 6N3N TLS 19tl N Y +94'JS
.Z.9.9 +5
15 9 l
L9' y
Lozv-
o)+F I eBm
WN
�ie�l -I I
I
Lu•gg m }Z o
O+L£Il T I 3 Ls i
�� I � �� 0 � �m s U ar 99+L i 11.
CL
W0 3.,5Z
o
00121
I o I
O a I 8 0E
50+10
�( ur\1. I t9 v o
♦� y/ �$III
H� rc
z cg. tj
��LSa w
e
a
.rj
3 9e IW—
F o
0
x
g sao!n aS 5uuaaut5u3}o ;uawpodap M
o s3 and xou�n = ,o"w'"' �o
aQi 9, olmm y ;,; , , ° mom, SVX31 (Z) SIK30 N31VM sn03NVll30SIV4
e9ma'ox as IISIHHo Sncfyoo {o Am
ad "
n worm'r eo an9noa 3
o axn W- `JNIti33NaN = y�7/�,���7 yy
J0 3mdand n a0a IMV433r 147a Mna•T 994 Hs
msm9a A ix3wn�99 s1x�
y �
NONdIa090 AB 3Ltl0 'ON N01-8 NONdIa090 A8 3Ltl➢ 'ON NGI—
z z
�LcU
'xlw A-.r S Q G
Ca WQW
0HQ
QQ�
.LI C
F ern Egg SWA .ZI
}� € w
I'. a�
m �
LU
L = w�
w B<q
SR
F
S
g sao/n.raS 5uuaaui6u3 ;o ;uawpodao a eO l SlIV130 1N3VN439N3 ONV
s35o&W NON0nusN00 NarNt u r�s aruw 111jNOV8 IF S31ON 1"31430 N31SAS NOunewisi0 d31VM
*ZU/F0/S0 NO SI ll mxaimi ora�vala�s�i�mxw�mmm�nnn _ SdX31 NV(1MdJ.S a31VM €
SlN13U U
R MIS'DN'M s� IlSRIHo sncfaoo 10 Am USINHO snddoo do A110 �
^ aa'Nsnn--,noo r. rjNIrJ3�NIeJN _
aIJORW 34 0axn
€ 30 3sxana 3H1 aai Nd'8Z1 y IUMcGH 3NI1mvm 99Z HS
Q6Y30a 1N3Nn000 SIR
H R
NOLLdi—a 1. 31tl0 'ON NOI—N NOI1dIaO530 A9 31tl0 'ON NOI—H
hi\� S
Q (SM'id 33S)s3WA rudwRE
9� ° Ri
rx
����g�� �s-.
jy 'wa.z�zs3d�daod'Nw.a-,a=o s ^�m 2 � ftl$ � � Q �����E��'a��
a y(� W W $�
JW 3Ln 23yi � 5 I j \' W � �3��
y oaf ` Q 2 n
URN Z
JU � I0; 2 Fz4 U�
0
W ° l" Q 2 .� N ri �=N
INZ U�
y wQw
0E-Q
QQCOL
W �Z 4� j 22j V�4Q 2�2 2� 3 22 ��QO mZm� �F3 m O�Jy pO 3W a oO ¢ 4
�y � j ¢ m2pUOO C�i 3o WyN'S ZKgCo �'iO3 �YJ2 ; U 2m O 2 -
e- �p rr JC ye�U
-
Ut� 2 U
yy WW S 5 j� OOW al`i i 4U aR
Oyti
�aW 9 2U2�E
[xV[� 2° ¢W a=a� ¢ 0Up0 Qi° VOvj UU �G=�W aaW > 0a4
y W 2ti 2 ODU 3 �nem22 ¢ U o°i U S 3 F W Z_
UCOyOy��
�3O-�� y y' z�m ow'a p °o ZZ, 222 iJi mWW oho Qa o �n 2 �u
O N Uu `W 2S vi 4y W 53 W J W U 0 2> O a U o ¢ h ti k Q m Y 2 J 11' _
T_W'n �n yet ine S J p c �.y�W 2 i^� F1Un
W ° p Np Oti �0F O W a 8 a Oa W U h 2 2 O p j �h V
�UeR�
�Z�
Id 1� N W 6 -
O
8 s3so&na NouanusNw n " > 3xwe saotn.raS 5uuaaui6u3 ;o ;uawpodao a do z 01l(INV X08 3A1VA'1Ntla0AH MIJ
ao a3sn 3a m SON SI u mx x w SVX31 STY130 GMNVIS 01VIN 01
*ZU/0/0 NO Ps.l ananxww�nnn w svaaz g
R aaMIs'DN'M sx31 IlSRIHJ sncfaoi 10 Am uslaHo sndaoo do Ailo — �
^ 'xsnnw�w manoo rdo rjNIrJ3�NIeJN _
waoaxn
€ do 3x1 aai ••��••• Ntl'8Z1 lMl`l3Wc 3H 3NI1mvm 99Z HS
useaod SI sI ur3rvn�oa SIR
H R
NOLLdi—a 1. 31tl0 'ON NOISN3tl NOI1dItlO530 A9 31tl0 'ON NOI—H
P/C
„zr/sl z �rl
1 y j14
444
h
ry � ('daU a3una s baro / � 5 _
JO W011OB pt„0-,6 �- / 2g l?
0
pp �,gyp
N
QD �
Q g�
l'� ��� ,�b 2 •a. .NIW ® o NYId h9 o Q NMCNS SY
`4-4
a 2 y
44
ga
V Q
.44
Sl
Z z
o
O J e w U w
o a
W CLJ
m g ��
a id y ® g C�
® G) yW
g sqz tt.aS 5uuaaui6u3 ;o ;uawpodao a jo s in0AV1 3A1VA'dAl I8
s3sOdand
and Naar..NtPa�an`n r�saruusvae� S11V130 d3SId 'S1IV130 9NISVo's1N3WsnfO V
mm U /NsI u
g� $� /J�Q Q� N/�S a1�IN*Z00o
R m116'ON'03a� I1S1dHo sncfaoo 10 Am usldHo snddoo jo ALIo �
^ aa'Nsnnxnx-,n.r. rjNIrJ3�NIeJN _
aWH1W 34 0axn VI11A == 3 I p
€ do 3sxana 3H1 aai Nd'8Z1
Q6Y30a d 1N3K SIR y IUMcGH 3NI1mvm 99Z HS
H R
NOLLdIaO90 1. 31tl0 'ON NOISN3a NOI1dIa . A9 31tl0 'ON NOISN3a
n N
� O
Z
H
I
w0
=a�
h �
0 s g V
Q = �
Q
0
� V
AR
SIR
94 y P d
H!g nd
i gS
a
Z � i
Oil
X
g sao!naag 5uuaaui5u3}o ;uawpodap
,p Svx31 9141-1)cm OVONVIS 1O0X1
BI-4-0 d01133H5 I1S121HJ Sl1d21O? {o dll�
o ,1tl13a 08VOWIS
NOa Vod5NtlaL ���11A CN N K 3
d0 1N3wLatld30 StlX3L -'� 9
lMVl33VlcGS Mn2l w 98b Hs y
NONdIa090 1. 1 'ON 1101SA38 NOudIa090 A8 3Ltl➢ 'ON N.—
Z. aoY coi
6-. _ i
<�. "y' BaEogEk� `g z
ns Ig a.�� 8 $ wQw a
�wo a
wS � a ' soa � �e x C)HC7 �z>=i,� •
gig`
x o$ a s alo 1.1.89929ask
o LLry
------------------------'- -------------------------—----- LL 8
___soli�twl-lo-NPla._
<g"<'
T. d'
W
O n
S ua o uol Xi
W O - V16u 0o0p—S, 'ulw.OSI aoo05 N�oM o l£/I p 1 uO 40p1Os toy%
a�xow Aol— •.'{.;`�l�.u!W 20 D
V) O
• Sao l0oVs • • • U Z
O o
-
— — — — — — — — — — — — — — wJ
u U w
�ao1w°us = o
w
3
� i, h
_ � o
Ng g osi " `mmoo�' 'OgNo s``° g "
g553 < rv.gF �x«['8"€° : ow $ €4m "<
58 oLL$ :;gYE� x��S ,broom"-
t
- a �
-
W
s"!w osl a1 �o os4 _
V¢ asl
w
lk,1—p oz o
ao peo1W •"or O o
Z o
a a
—�— — — — — — — — — — — — AW '-
0- U y
U <
upG IOo45 ~ a- C
Ln
O
Wp o�nano�o.Xs Y V
pal 4411 OS poi X « kaa g 0
a's? -%gF _gFbg �s Ng g Eg
LI-Os uan poi%s IMu I. ...x, ap
a . 4mp os col x ao S xmpl
o rulw�p�l.i __ W
0
�eD10oVs 2 5
N p
a a � 0
—� W O
za
■■ lwI_us
U U
<
€` m� V o
m g O
F
v.�uo�{0u1a 10vu ea0 uo vylma�aoe oul,ol�o v ouuo. .o oy o�° s vl"a to
�Ivuenuoo 1Ae.'<all lolv�d a+l�eau10u ....1.W1Ao Oauueno6jnOel%O�Wo4v.1 1. W1WIX :31V0
.o .1n . ° �a3wn,oslp g
4
S
X
Chloe Norton
From: Leslie Cantu <Leslie.Cantu@txdot.gov>
Sent: Monday, July 15, 2024 9:16 AM
To: Chloe Norton; Doug McMullan
Cc: Leslie Cantu; Justin Feeney ADDENDUM No. 1
Subject: FW: SH286 WL Replacement Project ATTACHMENT No. 2
Attachments: FM2444 PERMIT APP PACKAGE.pdf PAGE 16 of 64
Caution: This e-mail originated from outside of the organization. Do not click links or open attachments
unless you ••nize the sender and know the content
Reviewed and approved. Please proceed with RULIS entry.
Thanks, Leslie
From: Chloe Norton <CNorton@urbaneng.com>
Sent: Wednesday,July 10, 2024 3:54 PM
To: Leslie Cantu <Leslie.Cantu@txdot.gov>;Justin Feeney<Justin.Feeney@txdot.gov>
Cc: Doug McMullan <DMcMullan@urbaneng.com>
Subject: RE: SH286 WL Replacement Project
This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and
know the content is safe.
Leslie,
Please see attached for the FM2444 ROW work.
Chloe Norton
Graduate Engineer
Urban Engineering I DCCM
P 361.339.2001 C 361.944.5632
From: Leslie Cantu <Leslie.Cantu@txdot.eov>
Sent: Wednesday,July 10, 2024 2:58 PM
To: Chloe Norton <CNorton@urbaneng.com>; Justin Feeney<Justin.Feenev@txdot.eov>
Cc: Doug McMullan <DMcMullan@urbaneng.com>
Subject: RE: SH286 WL Replacement Project
Caution: This e-mail originated from outside of the organization. Do not click links or open attachments
unless you ••nize the sender and know the content
1
Chloe,Are you able to send each pdf in a separate email or are the files to large? [PATTAC
DDENDUM No. 1
Thanks, Leslie HMENT No. 2AGE 17 of 64
From: Leslie Cantu
Sent: Wednesday,July 10, 2024 9:46 AM
To: Chloe Norton <CNorton@urbaneng.com>; Justin Feeney<Justin.Feenev@txdot.gov>
Cc: Doug McMullan <DMcMullan@urbaneng.com>
Subject: RE: SH286 WL Replacement Project
Good morning Chloe. Our internal internet security settings are blocking the website. We are working on getting
approval to unblock the site link you sent below.
Thanks, Leslie
From: Chloe Norton <CNorton@urbaneng.com>
Sent:Tuesday,July 9, 2024 11:50 AM
To:Justin Feeney<,Justin.Feeney@txdot.gov>; Leslie Cantu <Leslie.Cantu@txdot.gov>
Cc: Doug McMullan <DMcMullan@urbaneng.com>
Subject: RE: SH286 WL Replacement Project
This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and
know the content is safe.
Good morning Justin and Leslie,
Checking the status of your review.
Please let me know if you have any questions.
Thankyou,
Chloe Norton
Graduate Engineer
Urban Engineering I DCCM
P 361.339.2001 C 361.944.5632
From: Chloe Norton
Sent: Wednesday,July 3, 2024 3:34 PM
To:Justin Feeney<Justin.Feeney(c@txdot.gov>; Leslie Cantu <Leslie.Cantu@txdot.gov>
Cc: Doug McMullan <DMcMullan@urbaneng com>
Subject: SH286 WL Replacement Project
Good afternoon,
David Brink has requested that you both review our proposed TXDOT permits and provide an email back indicating
you have reviewed and approve the proposed work shown on the permits.We will then include a PDF of this email
chain in each permit application.
We have prepared three packages for the waterline replacement project along the following roadways.
- FM 43
- FM 2444
2
- SH 286
Please download the proposed permits via the following link, review, and provide any comments or approval.
FM43- https://urbaneng.filegenius.com/downloadPublic/gjpcmi61 b38jpj2
FM2444- https://urbaneng.filegenius.com/downloadPublic/hrho3zdt1 ingiy8
SH 286- https://urbaneng.filegenius.com/downloadPublic/crisujbmgdf2pjt
If any questions or trouble accessing the files, please let me know.
Thankyou, ADDENDUM No. 1
Chloe Norton ATTACHMENT No. 2
Graduate Engineer PAGE 18 of 64
URBANr` i
ENGKEERING
A 2725 Swantner Dr., Corpus Christi, TX 78404
P 361.339.2001 C 361.944.5632
urbaneng.com
I :1
3
Utility Permit Approval-Pemrit nun-ber:00002/20240710/367699/435242/UP
Date of Approval:09-12-2024
UTILITY PERMIT APPROVA ADDENDUM No.1
ATTACHMENT No. 2
PAGE 19 of 64
TO: Jimenez Maridel I Date: 09-12-2024
City of Corpus Christi Application/Permit 00002/20240710/367699/435242/UP
2726 Holly Rd No.:
Corpus Christi,78415 I District: lCorpus Christi
Highway 11controi Section 11 Maintenance Section County
FM0043-K:At milepost 558+0.158 1 1557-01 11Nueces
Schedule Dates:from 11/15/2024 to 08/31/2025
TxDOT offers no objection to the location on the right-of-way of your proposed utility installation,as described by Notice of
Proposed Utility Installation No.00002/20240710/367699/435242/UP dated
07/22/2024 and accompanying documentation,except as noted below.
Work Description:This permit application is for the installation of a 16-inch waterline in a 30-inch steel casing across the
FM 43 right-of-way east of SH 286 2444.The proposed work is located on FM 43 approximately 0.08 miles east of the
intersection of SH 286 and FM 43.The casing and carrier pipe will be installed by auger boring perpendicular(90 degrees)
to FM43.The proposed bore launch and receiving pits will be located in a temporary work space or a TCE on private
property,outside of the TxDOT right-of-way,and will not affect the existing lanes of travel.A traffic control plan has been
provided for the shoulder work on FM 43.A trench section,valve,and hydrant details have been included for the work within
TxDOT ROW.The contractor shall email CRP utility locate@txdot.gov and shall also call 361-739-6044 at least 48 hours
prior to beginning construction so TxDOT owned utilities can be located.At least 48 hours prior to entering the ROW the
contractor shall also contact the following to provide permit and notification:Justin Feeney Utility Coordinator 361-806-
3576 justin.feeney@txdot.gov Leslie Cantu 361-808-2383 Ieslie.cantu@txdot.gov.
--Meets or exceeds 43 TAC.Area office has reviewed this request. Recommend approval.At least 48 hours prior to
entering State ROW the contractor shall contact the maintenance office to provide the permit and notification:David Franco
(Maintenance Supervisor)361-215-6530 David.Franco@txdot.govor Esmael Hernandez361-289-1400 office 361-904-
9055 cell Esmael.Hernandez@txdot.gov.NOTE:The contractor must also contact the following to provide notification: Paul
Reyes(Project Manager)361-806-7952 Paul.Reyes@txdot.gov.
Special Provisions:
You are required to notify TxDOT 48 hours(2 business days)before you start construction to allow for proper inspection
and coordination of workdays and traffic control plans. Use the RULIS website for the 48-hour notification. DO NOT start
construction until you have coordinated the construction start date and inspection with TxDOT.You are also required to
keep a copy of this Approval and any approved amendments at the job site.
When installing utility lines on controlled-access highways,access for serving this installation shall be limited to access via
(a)frontage roads where provided,(b)nearby or adjacent public roads or streets,(c)trails along or near the highway right-
of-way lines,connecting only to intersecting roads;from any one or all of which entry may be made to the outer portion of the
highway right-of-way for routine service and maintenance operations.The Installation Owner's rights of access to the
through-traffic roadways and ramps shall be subject to the same rules and regulations as that apply to the general public
except,however,if an emergency occurs and usual means of access for routine service operations will not permit the
immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and
welfare of the public,the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and
ramps as necessary to accomplish the required emergency repairs,provided TxDOT is immediately notified by the Utility
Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for the
convenience and safety of highway traffic.
The installation shall not damage any part of the highway,and adequate provisions must be made to cause minimum
inconveniences to traffic and adjacent property owners.If the Utility Installation Owner fails to comply with any or all the
1/2
Utility Pemit Approval-Pemit number:00002/20240710/367699/435242/UP
Date of Approval:09-12-2024
requirements as set forth herein,the State may take such action as it deems appropriate to compel compliance.
1. PERMIT-The person in charge of this installation shall have a copy of the permit and its'attachments on the job at all
times. Deviations from the approved permit must have prior approval of the Texas Department of Transportation.
2. EXISTING UTILITIES-The exact location of any utilities that may conflict with the proposed installation should be
field verified bythe installer during
3. SAFETY-Warning and protective devices, including flagmen,shall be used to prevent creation of a traffic hazard
and to ensure the safety of the public in accordance with the Manual of Uniform Traffic Control Devices.
Parking of employees'cars and trucks on both sides of the pavement will be prohibited and all such vehicles shall be
parked on one side of the road and in no instance closer than a minimum of eight feet from the edge of the pavement.
All construction equipment and materials stored on highway right-of-way shall be stored in such a manner and at such
locations(a minimum of 30 feet from nearest traffic lane)as not to interfere with the safe passage of traffic.
SME-Area Engineer Review
Review Answer.Recommend Approval with Exception
Response text.
For the construction project CSJ 0326-01-056 in the vicinity, the contractor is required to contact the following personnel a
least 48 hours in advance (excluding weekends) to coordinate the placement of programmable message boards—one
facing each direction—and to discuss the messaging that will inform the traveling public about the scheduled closure.
Here are their contact details:
• Paul Reyes(Project Manager)
Phone:361-806-7952
Email:Paul.Reyes&txdot.gov
• David Franco(Maintenance Supervisor)
Phone:361-215-6530
Email:David.Franco@txdot.gov
• Esmael Hernandez
Office:361-289-1400
Cell:361-904-9055
Email:Esmae1.Hernandez@txdot.gov
SME ATTACHMENTS:
Included attachments:
SME Answers Summary 2757334.pdf
rDDENDUM No.1
TTACHMENT No. 2
AGE 20 of 64
2i2
• E
1C
N u=�
O n g
O Z
W
�Ww w
O Z
Z U CV w
wQw
co
QQ� N
Z X °baew
a a
U �
J � �
Cl)
U U
w m
W � -j cn _
O �
W �L o _
Z Z W
H Cf)
J �
ya 0
Q00 w
z_ nM,veinvry
cn \ 99Z HS
Z V J
do
>- L U w
~ W
0 Q
a ,3,°M
aivoo lIV
tC AVMHJ, S n
Z
g n
� o
� o
LLJ g
L
m
U
ADDENDUM No.1
ATTACHMENT No. 2
PAGE 22 of 64
Permit Application for a 16-inch Waterline Crossing FM 43
This permit application is for the installation of a 16-inch waterline in a 30-inch steel casing across
the FM 43 right-of-way east of SH 286 2444. The proposed work is located on FM 43
approximately 0.08 miles east of the intersection of SH 286 and FM 43. The casing and carrier
pipe will be installed by auger boring perpendicular (90 degrees) to FM43. The proposed bore
launch and receiving pits will be located in a temporary work space or a TCE on private property,
outside of the TxDOT right-of-way, and will not affect the existing lanes of travel. A traffic control
plan has been provided for the shoulder work on FM 43. A trench section, valve, and hydrant
details have been included for the work within TxDOT ROW.
The contractor shall email CRP utility locate@txdot.gov and shall also call 361-739-6044 at least
48 hours prior to beginning construction so TxDOT owned utilities can be located. At least 48
hours prior to entering the ROW the contractor shall also contact the following to provide permit
and notification: Justin Feeney Utility Coordinator 361-806-3576 justin.feeney@txdot.gov Leslie
Cantu 361-808-2383 leslie.cantu@txdot.gov
X
g sao!n as 5uuaaut5u3}o ;uauw�odap
0 9sodNna Noumneisxw 1�
NDJ a3sn m o!�sly ' SVX31 PnG3HOS IM (7W d vW 70&AM r
rzoz/sr/so Na °onm°�°Nu i�°�s��.�m.Na:soa,nn wu s�ae�
woN'ON'�dsr IlS18Ho Snciyoo do Am
3'a'NR1nIgN wun00'r Jo w 3
wrtoMMN 3M: ��11�A YJN Itimul
I�YYY "7
� m�amA�w�o�l� 1N3W33fld3il 3NI12l31VM 98b HS
y �
NONdIN090 AB 3Ltl0 'ON NOlF7 NON 1-0 FH 3LbD 'ON NOI H
0 � O
fiYF �M p
w
..... .......... aaee... ea.,eeeee, ee.. a
p rn O N
5 oz o w
mo 0 o��LLp
z�U¢<
Haay ����UCHO!!lQ�a yyy 5SS yNN y M$ oil, zF U OO¢Z�
a ®®� �IIII ����g���P oil,
VIA
Pill
nE q: �ky6H N N �� OzO
N N 26 U
N N i O ~p
N D_ WO OZ N W
w � tnaO �F z axQ
UO=� OZ QZOwH
_ W Q QSi/E::
0 ^
N a y O ZOCZ OU
W N N a0 O d OU3OU o_OQ UKpN�H
fl
0 � �
h� y y N
o,Q�S3Iyb �bb^hq i F= HZt
a �
O
a_ Z=N Z
W Q W
rs 2ti aD w " N MM a$ M H 0
yy 2 < •• U S Q Q<
b 5 O 0 9
N =
N Q V)C7 2 N
2
2
N
W
W �
2 2
N N
a �
= n
N
N N
� pp
y Y
°O N
S N
N
W
M =
r2 4=! N
OD
2
N
N O In
� W M
� N
N 2
N
O �
�D
N Y N
N �
N
M
SS N
a
N
2 a0
UI N
S
y
N
9gZ� o o s s
Wg o
S 8383M i"6wd
X
x
$ s3s5aNna Nou�vusxw saa!n.las 6uuaaui ;uawodap V 31 }l (og+01 •els - LS+o v1s) z
oNai a3sn 3e o! a y ,owl`°u9wa 01«e"°a�`�..
rZW'ON OON No °°.mph Mau^`ai¢ sr�mrpa:am�nn wu svdaz
Wals'ON a3N� IlsIHHD sndHoo so Am 37130dd �8 Nb7d (H1210N) 98ZHS �
'3'd adDR 11 anaNSa T a0 0 3
wNwwn 3HL a3axn ���11/7 YJNIti33Nl'-JN == p
3SOMM 3M I�1YY Na a
o35Ya313L. -N]00 0,. IMP1133YU a 3Nnumm ssb Hs
NONdIN09a AB —0 'ON NOISIA3N NONdIN09a F8 3 U ON NOISN3N
IL
3
OD I
II< nM $ g o
Q 3a,SL
p 1+6
I j =1nnzW I $
Ili li �
cV I �
LLI
p s o I ssi_,-ss r s
Z5W
=111 W-
W Q W
QQ< J9 W I
I � �. i � 000000sos
msPo a -
'li a�M
�+ o� <
I I I _�ni�:i oy•, I
vw NmV 3 m�oq =� I
kX<
�-
S Diu Z'p�pzi,;
st
a sII g p� C;
-_1 m s�Nw, ryry
a 3e 9b Y SNI ZOI I I 1SS�
g - .°^ _ • 8 a 3e n r SNI ee I u N
boo § i
o IN m Gm
1
wpm 5 i
&��0 8s v1111 .ae l'- III W
M YN ON M,1 15 0L 15
�go�CioB�dgca- �I� YvIIv I I vv ° .,� 1 N=pFo-o-4�r Q•caaLFt��w��oa� qy �1\11`1` Nfea0 v
5NI9035 iS
HMO- f
�S
~ I + Yl 91 NI.10 1.
8 88z d H=. a 1A1 � 11 11 1 hi + S h
X
g sao/n.raS 5uuaaui6u3 ;o ;uawpodao a eO l SlIV130 1N3VN439N3 ONV
s35o&W NON0nusN00 NarNt u r�s aruw 111jNOV8 IF S31ON 1"31430 N31SAS NOunewisi0 d31VM
*ZU/F0/S0 NO SI ll mxaimi ora�vala�s�i�mxw�mmm�nnn _ SdX31 NV(1MdJ.S a31VM €
SlN13U U
R MIS'DN'M s� IlSRIHo sncfaoo 10 Am USINHO snddoo do A110 �
^ aa'Nsnn--,noo r. rjNIrJ3�NIeJN _
aIJORW 34 0axn
€ 30 3sxana 3H1 aai Nd'8Z1 y IUMcGH 3NI1mvm 99Z HS
Q6Y30a 1N3Nn000 SIR
H R
NOLLdi—a 1. 31tl0 'ON NOI—N NOI1dIaO530 A9 31tl0 'ON NOI—H
hi\� S
Q (SM'id 33S)s3WA rudwRE
Q s 0 s '��.v
0 � NIH O.f kk Q 4 N�w � 9� ° Ri
amp � W
rx
����g�� �s-.
jy 'wa.z�zs3d�daod'Nw.a-,a=o s ^�m 2 � ftl$ � � Q �����E��'a��(� W W $�
W � �3��
y oaf ` Q 2 n
CV
� � $ O 7 O
OZ
y t` z
O 3W 33 URN II `c 1 z1- T
2 Uzi
QcLo
Q WOU iim Q 2 N Q Q w
r1/V11
W �Z 4� j 22j V�4Q 22 2 3 22QO mZm� F3 m OJy pO 3W 22
¢ 4
�nn
-
Ut� 2
yy WW S� 5 j��OOW al`i i 4U aR p3�p 2OQ¢ �U
"8 2 �N WW p¢y W a w m W
¢ Q;W Z5 W y g
�°
[xV[�
W V hSGWF K> LL WO U O t U 20 2 W0� �ih ¢ Y p22 W =�2 W �¢O W m W �SQ
Jy U2 �� h n�KW2�pW.� UCOyOy�� 2O� �pW¢ 2�¢>0 U- JTYTZ 12_� y�e�2
�Sh2 ��W W WQ2 tiZg C > WO WS tlS<� �� a°> y o W$
°`� ���`222` iJi mWW oho Qa' �o � y�n� 2 �u
O N Uu `W 2S vi 4y W 53 W J W U 0 2> O a U o ¢ h ti k Q m Y 2 J 11' _
W
F
p1Un�° p Np Oti 2O����0F O W at8 a;Oa �W U h 21'
3 yW H 2 O�4j0jh 2Q�2 �� Sy¢ yl��pUG p0d2 Z GWWW3W Z W 1U�4 O U 3~ V
RU �6t�" ZRZR �� R�h�UNU2 Ri2¢2�'i ��� �02¢2 �OUh� Y3J3 i f�d� � �RGW3 �� 42h Ui 3Ci U 3�k' � V � $
201, -
O
8 s3so&na NouanusNw n " > 3xwe saotn.raS 5uuaaui6u3 ;o ;uawpodao a do z 011(INV X08 3A1VA'1Ntla0AH MIJ
ao a3sn 3a m SON SI u mx x w SVX31 STY130 GMNVIS 01VIN 01
*ZU/0/0 NO Ps.l ananxww�nnn w svaaz g
R aaMIs'DN'M sx31 IlSRIHo sncfaoo 10 Am uslaHo sndaoo do Ailo — �
^ 'xsnnw�w manoo rdo rjNIrJ3�NIeJN _
waoaxn
€ do 3x1 aai ••��••• Ntl'8Z1 lMl`l3Wc 3H 3NI1mvm 99Z HS
useaod SI sI ur3rvn�oa SIR
H R
NOLLdi—a 1. 31tlO 'ON NOISN3tl NOI1dItlO530 A9 31tl0 'ON NOI—H
P/C
„zr/sl z �rl
1 y j14
h
ry � ('daU a3una s baro / � 5 _
JO W011OB pt„0-,6 �— / 2g l?
0
pp �,gyp
N
QD �
444
IN d
44
Q gg�
N6 6W Q V S SQ °'
Z0
ZO m
33 y r
�Z�Q
ZC4
44
H ..1 Pi ka
0 �C
o \\� � O° Z•�: „'N8IW1 Oo,o u�� 2°
O NNMYClNdS hS9Y ° ylL^mgQ7\
a=S
M
�o
W
a y ® C�
® G) yW
g sqz tt.aS 5uuaaui6u3 ;o ;uawpodao a jo s in0AVl 3AlVA'dAl I8
s3sOdand NOLLOnaI5x00 mra�m NarNt a�ann r�s aruu svae� SlIV130 d3SId 'Sl1V130 9NISVo'S1N3N1snfOV
and*ZU/0/0No sI u '°a.. "sP ` S1�X31 $�n/J3Q Q�/QN�/�.S a31�/IN g
R m18'DN'O3H� IlSRIHo sncfaoo 10 Am USIWHo snddoo jo ALIo �
^ aa'Nsnnxnx-,n.r. rjNIrJ3�NIeJN _
aIJORW 34 0axn VI11A == 3 I p
€ do 3sxana 3H1 aai Nd'8Z1
Q6Y30a d 1N3K SIR y IUMcGH 3NI1mvm 99Z HS
H R
NOLLdIaO90 1. 31tl0 'ON NOISN3a NOI1dIaO530 A9 31tl0 'ON NOISN3a
n N
O
O Z
III ZZ �
" o2 w o
Q o = N
o o LLI
d
QQCL
h
0 s g V
,414
�
Q
0
� V
hi
94 y ad
H!g nd
u
a
Z � Z
� � Q
X
g sao!naag 5uuaaui5u3}o ;uawpodap
Svx31 9141-1)cm OVONVIS 1O0X1
el-4-0 d01133H5 I1S121HJ Sl1d21O? {o dll�
o ,IVAG 08VOWIS
NOa Vod5NtlaL ���11A CN N K 3
d0 1N3wLatld30 StlX3L -'� 9
IMVI33YIcG l 3N11 umm 98b Hs y
NONdIa090 AB 31tl0 'ON N01SA38 NOudIa090 AS 3Ltl0 'ON NGI—
cli o g s x >L a a0 a0"
Z�� 6 Sc o 9 x €8.m .x° § Zz� a
Zco LL ;s$� .ImP _ Ua _ $sAF`�gaaI -. E 0 fn —cI
�� O ®� d a6a6x°kM �' oBEp¢ F ogg8" � �w0= U co wb b� oo ud 8C5o b`3&� ha x LLZt=n ~�$
WUW " - gismo No a - � �Y �$ = s a ao 7 n
Ix
€a1 = =
---------------------------------'--'— ---------------------------------
LL$
___soli�twl-lo-NPla._
¢3Q d'
W
V611 OOS ua o uol Xi
W O - �16u 0o0p—OZ 'ulw.OSI aoo05 N�oM 0 ,£/I p I u 40wnOS poi%
� a�xow Aol- •.'{.;`�l��.u!W 2O D
V) O
• Aao l0oVs • • • U Z
O o
-
— — — — — — — — — — — — — — wJ
u U w
�ao1n°us = o
w
saI wu os Boa x .�"gg"
g p 3
t
- a �
-
W g J •ulw, W
m s £
OSL a1 �o os
V¢ asl
lk,1—s oz o
ao neo1W ur O o
u�1no _ _-_ D -
o
a Z a � o
—�— — — — — — — — — — — — A— W '-
0- U y
U Q
VeG IOo45 ~ a- C
Ln
O
uap o�nano yob%C / Y V
sal 44p OS poi X « kaa g 0
a's? -%gF _gFbg �s Ng Ems=°
& MIV
WoNm 6-"
40p1 Os uan poi X£ IMu OS uo.%£ ap
a 4bu Os col% "o S xmpl Otu p5 goy% c m
o ulw�p�Y1 - W
O
�eD10oV5 2 5
U7 p
a a < 0
—� W O
za
■■ VwI no"s o_ w.c
U U
a
€` m� Lno
m g O
F
va�e"�{Dula lrqu ea0 uo valme�aoe oul,ol�o v ouuo. ao oys v1Va to :3,[d
�Ivuenuov Ae Aa111oleu'0�d a+l�eaula+3"a%1e1..1 Oauueno6�.1�0�W"av e1Va Ioeiv W1WIX :31V0
° �a3wn,asla g
4
S
X
Chloe Norton
From: Leslie Cantu <Leslie.Cantu@txdot.gov>
Sent: Monday, July 15, 2024 9:19 AM
To: Chloe Norton; Doug McMullan
Cc: Leslie Cantu; Justin Feeney
Subject: FW: SH286 WL Replacement Project
Attachments: FM43 TXDOT PERMIT APP PACKAGE.pdf
ADDENDUM No.1
ATTACHMENT No. 2
PAGE 29 of 64
Caution: This e-mail originated from outside of the organization. Do not click links or open attachments
unless you ••nize the sender and know the content
Reviewed and approved. Please proceed with RULIS entry.
Thanks, Leslie
From: Chloe Norton <CNorton@urbaneng.com>
Sent: Wednesday,July 10, 2024 3:54 PM
To: Leslie Cantu <Leslie.Cantu@txdot.gov>;Justin Feeney<Justin.Feeney@txdot.gov>
Cc: Doug McMullan <DMcMullan@urbaneng.com>
Subject: RE: SH286 WL Replacement Project
This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and
know the content is safe.
Leslie,
Please see attached for the FM 43 ROW work.
Chloe Norton
Graduate Engineer
Urban Engineering I DCCM
P 361.339.2001 C 361.944.5632
From: Leslie Cantu <Leslie.Cantu@txdot.gov>
Sent: Wednesday,July 10, 2024 2:58 PM
To: Chloe Norton <CNorton@urbaneng.com>; Justin Feeney<Justin.Feenev@txdot.gov>
Cc: Doug McMullan <DMcMullan@urbaneng.com>
Subject: RE: SH286 WL Replacement Project
Caution: This e-mail originated from outside of the organization. Do not click links or open attachments
unless you ••nize the sender and know the content
1
Chloe,Are you able to send each pdf in a separate email or are the files to large? ADDENDUM No.1
Thanks, Leslie ATTACHMENT No. 2
PAGE 30 of 64
From: Leslie Cantu
Sent: Wednesday,July 10, 2024 9:46 AM
To: Chloe Norton <CNorton@urbaneng.com>; Justin Feeney<Justin.Feenev@txdot.eov>
Cc: Doug McMullan <DMcMullan@urbaneng.com>
Subject: RE: SH286 WL Replacement Project
Good morning Chloe. Our internal internet security settings are blocking the website. We are working on getting
approval to unblock the site link you sent below.
Thanks, Leslie
From: Chloe Norton <CNorton@urbaneng.com>
Sent:Tuesday,July 9, 2024 11:50 AM
To:Justin Feeney<Justin.Feenev@txdot.gov>; Leslie Cantu <Leslie.Cantu@txdot.gov>
Cc: Doug McMullan <DMcMullan@urbaneng.com>
Subject: RE: SH286 WL Replacement Project
This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and
know the content is safe.
Good morning Justin and Leslie,
Checking the status of your review.
Please let me know if you have any questions.
Thankyou,
Chloe Norton
Graduate Engineer
Urban Engineering I DCCM
P 361.339.2001 C 361.944.5632
From: Chloe Norton
Sent: Wednesday,July 3, 2024 3:34 PM
To:Justin Feeney<Justin.Feeney[c@txdot.gov>; Leslie Cantu <Leslie.Cantu@txdot.gov>
Cc: Doug McMullan <DMcMullan@urbaneng com>
Subject: SH286 WL Replacement Project
Good afternoon,
David Brink has requested that you both review our proposed TXDOT permits and provide an email back indicating
you have reviewed and approve the proposed work shown on the permits.We will then include a PDF of this email
chain in each permit application.
We have prepared three packages for the waterline replacement project along the following roadways.
- FM 43
- FM 2444
2
- SH 286
Please download the proposed permits via the following link, review, and provide any comments or approval.
FM43- https://urbaneng.filegenius.com/downloadPublic/gjpcmi61 b38jpj2
FM2444- https://urbaneng.filegenius.com/downloadPublic/hrho3zdt1 ingiy8
SH 286- https://urbaneng.filegenius.com/downloadPublic/crisujbmgdf2pjt
If any questions or trouble accessing the files, please let me know.
Thankyou,
Chloe Norton ADDENDUM No.1
Graduate Engineer
URBAN .-,.—r.. CATTACHMENT No. 2
ri��:r,:_, ; ,.. , ■ FIFA 171 PAGE 31 of 64
A 2725 Swantner Dr., Corpus Christi, TX 78404
P 361.339.2001 C 361.944.5632
urbaneng.com
I :1
3
Utility Permit Approval-Permit number:00002/20240703/282069/348783/UP
Date of Approval:09-12-2024 [FPAGE
DDENDUM N0.1
UTILITY PERMIT APPROVAL TTACHMENT No. 2
32 of 64
TO: Jimenez Maridel I Date: 09-12-2024
City of Corpus Christi Application/Permit 00002/20240703/282069/348783/UP
2726 Holly Rd No.:
Corpus Christi,78415 I District: lCorpus Christi
Highway 11 Control Section Maintenance Section County
SH0286-K:From milepost 620+5.02 To milepost 620+5.021 0326-01 Nueces
SH0286-K:From milepost 620+5.534 To milepost 626+0.13 0326-01 1Nueces
SH0286-K:From milepost 626+0.375 To milepost 626+0.376 0326-01 1Nueces
FM2444-K: From milepost 558+0.032 To milepost 558+0.095 2343-01 1Nueces
SH0286-K:At milepost 626+0.878 0326-01 Nueces
Schedule Dates:from 11/15/2024 to 08/31/2025
TxDOT offers no objection to the location on the right-of-way of your proposed utility installation,as described by Notice of
Proposed Utility Installation No.00002/20240703/282069/348783/UP dated
07/22/2024 and accompanying documentation,except as noted below.
Work Description:This permit application is for the installation of a new waterline crossing SH 286 in four locations
between FM 43 and FM 2444.The permit application also includes a segment of waterline running parallel to SH 286
within the right-of-way.The following descriptions of these crossings and parallel segment are in order from north to south
along SH 286 right-of-way beginning with the proposed crossing at County Road 22.A 16-inch waterline in a 30-inch steel
casing is proposed to cross the SH286 right-of-way at CR22.The proposed work is located on SH 286 approximately 1.01
miles south of the intersection of SH 286 and FM 43.The casing and carrier pipe will be installed perpendicular(90
degrees)to the State 286 Highway by both auger bore and conventional trenching.The proposed auger bore is located
approximately 30-feet south of the CR22 south edge of pavement.The proposed bore hole pits will be located in the
TxDOT right-of-way outside of the existing lanes of travel.The open cut segment begins on the west side of the existing
roadway and ends outside of the TxDOT right of way in a utility easement obtained on private property.This permit also
includes installation of a 16-inch waterline by open trenching across CR 22 within the TxDOT ROW cutbacks and
installation of 12-inch waterlines along CR 22 by open trenching.A traffic control plan,trench section and pavement repairs
have been included for CR22.The second proposed crossing is located just south of CR20A and proposes to install a new
12-inch waterline across SH 286 in a 24-inch steel casing via both conventional trenching and auger boring.The proposed
work is located on SH 286 approximately 1.5 miles south of the intersection of SH 286 and FM 43.The conventional
trenching method will occur on the newly acquired portion of the right-of-way which is currently green open space.The auger
bore installation method will be utilized to install the watermain under the existing SH 286 roadway.The watermain and
casing will be installed perpendicular(90 degrees)to SH 286.The proposed depth measured from the crown of SH286 to
the top of the 24-inch casing is approximately 8.5'.The bore pits will be located outside of the TxDOT ROW in an easement
on private property.The west end of the 12-inch waterline will connect to a proposed water main running parallel to SH 286
in a utility easement adjacent to the newly acquired ROW.The east end of the 12-inch waterline will provide connections to
two existing water services on the east side of SH 286 and will continue east along CR 20A to provide a connection for
future developments.An air release valve(see detail)is proposed within TxDOT's ROW at the termination of the auger
bore where the proposed waterline re-surfaces to approximately 4-foot of cover.A traffic control plan,trench section,valve
and pavement repair details have been included for the work within TxDOT ROW and along CR22.The next segment is for
the installation of a new 12"waterline parallel to and along the east side of SH286 right of way,from CR20A,to a location
960 LF south of CR 20A.The project is located 0.51 miles south of the intersection of SH 286 and FM 43.The waterline will
provide water service to an existing residence.A fire hydrant is proposed to be installed in the row at the waterline
termination point.The waterline will be installed with a 3-ft depth of cover per the citys standard details.A traffic control
plan,trench section,valve,hydrant and pavement repair details have been included for the work within TxDOT ROW and
along CR20A.The third crossing of SH 286 is proposed to be a new 12-inch waterline in a 24-inch steel casing via both
conventional trenching and auger boring.The proposed work is located on SH 286 approximately 0.5 miles north of the
intersection of SH 286 and FM 2444.The conventional trenching method will occur on the newly acquired portion of the
1/3
Utility Pernvt Approval-Permit number:00002/20240703/282069/348783/UP
Date of Approval:09-12-2024
right-of-way which is currently green open space.The auger bore installation method will be utilized to install the watermain
under the existing SH 286 roadway.The watermain and casing will be installed perpendicular(90 degrees)to SH 286.The
proposed depth measured from the crown of SH286 to the top of the 24-inch casing is approximately 6'.The bore launch
pit will be located west of the 100-ft TxDOT ROW in the newly acquired TxDOT ROW.The receiving pit will be located
inside the 100-ft right-of-way of SH 286.The west end of the 12-inch waterline will connect to a proposed water main
running parallel to SH 286 in a utility easement adjacent to the newly acquired ROW.The east end of the 12-inch waterline
will provide connections to an existing water service on the east side of SH 286.A fire hydrant is proposed at the end of the
12-inch segment to allow the city to blow-off water from the system to maintain the chlorine residual.A traffic control plan,
trench section,valve,hydrant and pavement repair details have been included for the work within TxDOT ROW.The fourth
and final crossing of SH 286 is proposed to be a new 16-inch waterline in a 30-inch steel casing at FM 2444.The
proposed work is located on SH 286 approximately 2.51 miles south of the intersection of SH 286 and FM 43.The casing
and carrier pipe will be installed by both auger bore and conventional trenching perpendicular(90 degrees)to SH 286.The
proposed auger bore is located approximately 40-feet south of the FM 2444 south edge of pavement.The proposed bore
pits will be located in the TxDOT right-of-way outside of the existing lanes of travel.The open cut segment begins on the
west side of the existing roadway and ends outside of the TxDOT right of way in a utility easement obtained on private
property.The waterline is proposed to be installed via open cut trenching for approximately 379-feet and will be auger
bored under the existing road section(approximately 180-feet).A 112 segment of 12-inch is proposed to connect an
existing service to the new 16-inch waterline.This segment will be installed by open cut as shown on Sheet 28.A traffic
control plan has been provided for the shoulder work on FM 2444.A trench section,valve,and hydrant details have been
included for the work within TxDOT ROW.The contractor shall email CRP utility locate@txdot.gov and shall also call 361-
739-6044 at least 48 hours prior to beginning construction so TxDOT owned utilities can be located.At least 48 hours prior
to entering the ROW the contractor shall also contact the following to provide permit and notification:Justin Feeney Utility
Coordinator 361-806-3576 justin.feeney@txdot.gov Leslie Cantu 361-808-2383 leslie.cantu@txdot.gov.
—Meets or exceeds 43 TAC.Area office has reviewed this request.Recommend approval.At least 48 hours prior to
entering State ROW the contractor shall contact the maintenance office to provide the permit and notification:David Franco
(Maintenance Supervisor)361-215-6530 David.Franco@txdot.gov or Esmael Hernandez 361-289-1400 office 361-904-
9055 cell Esmael.Hernandez@txdot.gov.NOTE:The contractor must also contact the following to provide notification: Paul
Reyes(Project Manager)361-806-7952 Paul.Reyes@txdot.gov.
Special Provisions:
You are required to notify TxDOT 48 hours(2 business days)before you start construction to allow for proper inspection
and coordination of workdays and traffic control plans. Use the RULIS website for the 48-hour notification. DO NOT start
construction until you have coordinated the construction start date and inspection with TxDOT.You are also required to
keep a copy of this Approval and any approved amendments at the job site.
When installing utility lines on controlled-access highways,access for serving this installation shall be limited to access via
(a)frontage roads where provided,(b)nearby or adjacent public roads or streets,(c)trails along or near the highway right-
of-way lines,connecting only to intersecting roads;from any one or all of which entry may be made to the outer portion of the
highway right-of-way for routine service and maintenance operations.The Installation Owner's rights of access to the
through-traffic roadways and ramps shall be subject to the same rules and regulations as that apply to the general public
except,however,if an emergency occurs and usual means of access for routine service operations will not permit the
immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and
welfare of the public,the Utility Owners shall have a temporary right of access to and from the through traffic roadways and
ramps as necessary to accomplish the required emergency repairs,provided TxDOT is immediately notified by the Utility
Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for the
convenience and safety of highway traffic.
The installation shall not damage any part of the highway,and adequate provisions must be made to cause minimum
inconveniences to traffic and adjacent property owners. If the Utility Installation Owner fails to complywith any or all the
requirements as set forth herein,the State may take such action as it deems appropriate to compel compliance.
1. PERMIT-The person in charge of this installation shall have a copy of the permit and its'attachments on the job at all
times. Deviations from the approved permit must have prior approval of the Texas Department of Transportation.
2. EXISTING UTILITIES-The exact location of any utilities that may conflict with the proposed installation should be
field verified bythe installer during
3. SAFETY-Warning and protective devices, including flagmen,shall be used top vent creation of a traffic hazy
ADDENDUM No.1
ATTACHMENT No. 2 2/3
PAGE 33 of 64
Utility Pemit Approval-Pemit nun-ber:00002/20240703/282069/348783/UP
Date of Approval:09-12-2024
and to ensure the safety of the public in accordance with the Manual of Uniform Traffic Control Devices.
Parking of employees'cars and trucks on both sides of the pavement will be prohibited and all such vehicles shall be
parked on one side of the road and in no instance closer than a minimum of eight feet from the edge of the pavement.
All construction equipment and materials stored on highway right-of-way shall be stored in such a manner and at such
locations(a minimum of 30 feet from nearest traffic lane)as not to interfere with the safe passage of traffic.
SME-Area Engineer Review
Review Answer.Recommend Approval with Exception
Response text.Please be aware that there will be a construction project on the roadway to extend SH 286. However, th
control job number is currently unknown. The Area Office recommends contacting the Maintenance Supervisor befor
commencing construction.Here are their contact details:
o David Franco(Maintenance Supervisor)
Phone:361-215-6530
Email:David.Franco(g)txdot.gov
o Jordan Rangel
Phone:361-290-6711
Email:Jordan.Rangel(atxdot.gov
SME ATTACHMENTS:
Included attachments:
SME Answers Summary 2757290.pdf
ADDENDUM No.1
ATTACHMENT No. 2
PAGE 34 of 64
3/3
• E
C
N 8
H
ZZ� n g
LO ��
Z w d
U w
w Q w z
QQa CM w
�tl lw
N
V
a
Z N X 3boew
ONE eN
a < L)
Qom =
U
oascn
H QO
Cl) N Ld
LU Ln
Oo = �
w Cn o _
It0 v, AIRLINE
z Z w
H Cf) J s Pei
J C "aMvi
D2"
J CC
Q 0 LU m
Z_ w MLvelnvN o
99Z HS F
Z V
itz �S2a J
>- L U w
z
~ W
OQ
aL3,oIA
ELLdoo„d
tC AvM'I A,
g n
� o
� o
LLJ g
mL
U
ADDENDUM No.1
ATTACHMENT No. 2
PAGE 36 of 64
Permit Application for a 16-inch Waterline Crossing SH 286 at CR 22
This permit application is for the installation of a 16-inch waterline in a 30-inch steel casing across
the SH286 right-of-way at CR22. The proposed work is located on SH 286 approximately 1.01
miles south of the intersection of SH 286 and FM 43. The casing and carrier pipe will be installed
perpendicular (90 degrees) to the State 286 Highway by both auger bore and conventional
trenching. The proposed auger bore is located approximately 30-feet south of the CR22 south
edge of pavement. The proposed bore hole pits will be located in the TxDOT right-of-way outside
of the existing lanes of travel. The open cut segment begins on the west side of the existing
roadway and ends outside of the TxDOT right of way in a utility easement obtained on private
property. This permit also includes installation of a 16-inch waterline by open trenching across
CR 22 within the TxDOT ROW cutbacks and installation of 12-inch waterlines along CR 22 by
open trenching. A traffic control plan, trench section and pavement repairs have been included
for CR22.
The contractor shall email CRP utility locate@txdot.gov and shall also call 361-739-6044 at least
48 hours prior to beginning construction so TxDOT owned utilities can be located. At least 48
hours prior to entering the ROW the contractor shall also contact the following to provide permit
and notification: Justin Feeney Utility Coordinator 361-806-3576 justin.feeney@txdot.gov Leslie
Cantu 361-808-2383 leslie.cantu@txdot.gov
X
g sao!n as 5uuaaut5u3}o ;uauw�jodao
0 9>oaxxa xou�Xu .o"w�"' °ti0r,
xW a3sn ae o!Nx s y ' SVX31 3 nmos im a►w dw 7a2 mw r
rzoz/sr/so xo °°nm°�°Nu i�°�s��.�m.Na:soe�nn wu s�ae�
iyoo do Am
ad
WOlB'DN'Wxstl c
as rn ansNoa'r eo IlslaHo Sn w 3
I�YYY "7
� W�amp�w]OOOSIHL 1N3W3.'Mld3il 3NI12l31VM 98b H$
y �
NONdINO90 AB 3Ltl0 'ON NOlF7 NON 1-0 FH 3Lb➢ 'ON NOI H
0 � O
w
..... .......... aaee... ea.,eeeee, ee.. a
p rn O N
5 oz o w
a¢owo
mo 0 o��LLp
wgn�m
y Hy 66R0 yyy ��� 5SS yRR y R$ 0.0.RR zF U OO¢Z�
®®alit lit t z z z t tP ttlp o z w p
MR a w=3o
gg w & It MR
nE q: �ky6H N N �� OzO
VIA
N N 26 U
N N i O '~p
N O_ WO OZ N W
w � tnaO �F z axQ
U O Z Q Z O w H
� w a_2
O_ O K ^
N y O ZZ OU ��wEw
W N N a0 O d OU 3O =U O_OQ UKo EH
fl
0 � �
1 y SQ N = N s Z
b
big td y w H " Z F V
ZCo
a
Z(eo�so� a� a N y Z
co
vet a� �� °° wQw
y a N F$ DFU
lg N £b aD w ry 0 F Q
Q Q a
o N m zp So1
_j U w i z > o'mi py5o L CO o aIKE
000
9
�Z vZ N 2
so C N N y
N N U M
2
N
W
W
*�Zw
2 S
N N
a �
00
N N
� pp
y Y
°O N
S N
N �
M =
r2 4=! N
OD
2
N
N O In
� W M
� N
N 2
N
O �
�D
N Y N
N �
N
M
SS N
a
N
2 a0
UI N
S
y
N
9gZ90Zo o s s
Wg o
S 8383M EWIJ
X
x
g sao!naaS 6waaaui6u3}o ;uawpodap (1'0 g5 'dls — f9 �5 .dls) 1�
o S350dtlnd 13 Gi MIN Sl- .or"e ,tia + +
and o3sn 3e of loN s1 L
4LOL/Of/s0 NO SVX31 0 371308d � NV7d (H100S) 99JHS o
69016'ON Md SV)M IlSIHHD sncfy0j d Am
o -3-d Nvnn""snano' �r do RAN"A YJNIti33Nl'JN pp 3
ALINONllN 3HL iD0Nn
M31I%001
d0 3S08Jnd 3111 dOd Ir P1133Y M Mna mm 99b Hs W
03SV3T38 51 1N3NOOoo smi y
NONdIN090 AB 3Ltl0 'ON NOIS7tl NOIIdIZI090 .V31 3 0 1'ON Ng5V3N
I M I
I � I
gossoo m
� ��� �� �� So
rIJ- - pyy��3aa ooggo 000€ €o€o€ s€
�` W wd� � �� >_ Asa
z
�- y_= � �_ �I � I I I l l l IT l l i I��• ®� I I I I I I I I I I®®®��®mew ❑® • e�
�
go
o ; q \
1 t9V �%y^MI
i 2< He
iO zu\�
M<
+
+
Y e
W2 rs ' Il{I 1 Z� o
2 � -•� I I _ I 2� +
Ml
A
ca_ +
DHL i N6 W
—._-
Ph
c.4
F 3 g
EGO
O UV W ry rc3aa ���g
Gag
-
C� ^ i z �5mNa Z
Qryw 22C O
O N Nw �s'r33 �ai:i'a € N nOc�i� Q=00
5 m W� s I II s� F a; o� ��w ZUro
LLJ �=W� �-- �p�Jw F m w LU
Cf- $ z 2 W a op€o�OF�Qi� IF-
oQ<�rn
x
C• E
N L
O U 8
Z L, 8
Zzt
Dwo „ g
pp=_ �c n $
U W
o�Q z
QQd Q w
lw
N
V N
a
z Q X
Q ate =
U U �
O � cn
fir ®�
W wcoU m
w N � N � _
= o
� o-
w Cn o
cc
z aw 111111111R�NE
a
H Fn J s Pei
J �aM ui
—J ��d ors
z
.40 it LJJ m 1
H Z_ o
f) w 99Z HS F C
vZ z � a
d�
W
M
� J
O
W
3aN3�w
x
Q ,3,M
zi
z
C9
gg
CM03
0
� o
LLJ71
g
L
m
U
ADDENDUM No.1
ATTACHMENT No. 2
PAGE 40 of 64
Permit Application for a 12-inch Waterline Crossing SH 286 at CR 20A
This permit application is for the installation of a new 12-inch waterline across SH 286 in a 24-
inch steel casing via both conventional trenching and auger boring. The proposed work is located
on SH 286 approximately 1.5 miles south of the intersection of SH 286 and FM 43. The
conventional trenching method will occur on the newly acquired portion of the right-of-way which
is currently green open space. The auger bore installation method will be utilized to install the
watermain under the existing SH 286 roadway. The watermain and casing will be installed
perpendicular (90 degrees) to SH 286. The proposed depth measured from the crown of SH286
to the top of the 24-inch casing is approximately 8.5'. The bore pits will be located outside of the
TxDOT ROW in an easement on private property. The west end of the 12-inch waterline will
connect to a proposed water main running parallel to SH 286 in a utility easement adjacent to the
newly acquired ROW. The east end of the 12-inch waterline will provide connections to two
existing water services on the east side of SH 286 and will continue east along CR 20A to provide
a connection for future developments.An air release valve (see detail) is proposed within TxDOT's
ROW at the termination of the auger bore where the proposed waterline re-surfaces to
approximately 4-foot of cover. A traffic control plan, trench section, valve and pavement repair
details have been included for the work within TxDOT ROW and along CR22.
The contractor shall email CRP utility locate@txdot.gov and shall also call 361-739-6044 at least
48 hours prior to beginning construction so TxDOT owned utilities can be located. At least 48
hours prior to entering the ROW the contractor shall also contact the following to provide permit
and notification: Justin Feeney Utility Coordinator 361-806-3576 justin.feeney@txdot.gov Leslie
Cantu 361-808-2383 leslie.cantu@txdot.gov
X
g sao!n as 5uuaaut5u3}o ;uauw�jodap
0 9sodxxa xou�lXu .o"w�"' °ti0r,
xW a3sn ae o!ia�sly ' SVX31 3 nmos im a►w dw 7a2 mw r
rzoz/sl/so Na °°nm°�°Nu i�°�s��.�m.Na:soa,nn wu s�ae�
iyoo do Am
ad
WOlB'ON'Wxstl� c
as rn ansNoa'r eo IlslaHo Sn w 3
I�YYY "7
� W�amp�w]OOOSIHL 1N3W3.'Mld3il 3NI12l31VM 98b H$
y �
NONdIN090 AB 3Ltl0 'ON NOlF7 NON 1-0 FH 3Lb➢ 'ON NOI H
0 � O
w
..... .......... aaee... ea.,eeeee, ee.. a
p rn O N
5 oz o w
<<-wO
mo 0 o��LLp
wgn�m
y Hy 66R0 yyy ��� 5SS yRR y R$ 0.0.RR zF U OO¢Z�
®®a lit tzzz:t tP ttlp o z w p
MR a w=3o
gg w & It MR
nE q: �ky6H N N �� OzO
VIA
N N i O '~p
N D_ WO OZ N W
w � tnaO �F z axQ
UO=� OZ QZOwH
� w a_2
0 K ^
N y O ZOCZ OU Ew
W N N a0 O d OU3O =U o_OQ UKo EH
d
0 � �
oQo b1s S Q�� M oo =
bgg Hag w H m p
w� a5 ZIv
na
Og�b'p bj W co
�_�Vlb a3
rs �ti aD w N N a$ W¢W
QQd
wj-
= U Z
b 5 O aO H
I z 2 N
2
2
N
W
W �
2 2
N N
a �
00
N
N N
� pp
y Y
°O N
S N
N
W
M =
r2 4=! N
OD
2
N
N O In
t0 N W M
�
2
N
O �
�D
N Y N
N �
N
M
SS N
a
N
2 a0
UI N
S
to
N
9gZ90Zo o s s
Wg o
S 8383M EWIJ
X
x
8 US ddnd N01L3nWSNoo sao!naas 6uuaaui6u3}o ;uaw}lodap
and u3sn 3e of loN sl L «a SVX31 V, M31V7 0 CD
tTWIDf/90 No
69016'ON'93N S031 mkmN �,.NNmm.e, I1S18HD sncfy0j do Am
3-d'NVnnNOW sV19n00 P d0���11/7 ONIUDEINION == at 3s n
ANNONllN %001 3HL iDONn
M31A3N ¢
d0 3S08Jnd 3111 dOJ Ir MMI:3a Mna mm ssb HS W
03SV3T3N sl 1N3NnJ00 sMl y
NONdIN090 AB 31tl0 'ON NOlF7 Nql 1—o 7 1'ON Ng5V3N
N
� O
'o o'—
W g ro�
i 3
C H<IU I•_i 8
5
v#• _ �+
F,� ny
MB
'NIN.> O
W Ix +�..� wizv�
'� OS at30 jpK� o J r 3 a ro SNI 09 1B
uj S Wy y0 OO yZ y� hZ N � m6 yy J WlZ v
mv6i
3
W1v
GN38 ISIN 0Z 1S
W1 Hula N o N3 yz 1so
TV
_Aw W y <
Vuj
o�
Ooo> � G.�GGGGGG � Wry
ry BIyz Ug. -ICI P� +
I
a
�'^I V�< I 2V O
ca y
NWW m R
00+Z
z
o N F. a e 8 a S
jiill�
00+1 I
�u < Iffl W 1 NI Ntl ON 1 l5 Z 0'LS
�s I �
l" I
I l3
! 0 SI Ni BI 0 1B
I I I � � II � ; I MB o
P—W
! \p0 NI C9 0 1B+
WI 9'
SNI ryry W mv�im a •� +. �' O � SJ C"i x�d'-"
Ng
IS
F��V� �
I
j I Rw6op 8 SF�Www9w9nzm
I II � �� a � ��0 8PS.8 �oc+2u Uwo ss✓mi
x
• E
O N Ll 8
oZ Q
N ng
�W z, m
o� 0 W " W
ZUv w _
wQw z
oHQ � m
QQd w
a
N
a
0 Z a Ld
x 3boew
� NF--
ate =
O (n z
J
Cl) CO
LLI
c�
W N _
o
w Cn Ul
AIRIJNE
z — w
H z J s Pei
a O AaM ui
J — D d
Q ito ~ w m
a z w No1,d01AIN
J 99Z HS F
Z �
J ��stio s
Lu
M
Cn � a
Z
o _ �
w Q
3aN3Ow
x Z
H — ,3,M
J
3„doo„d
a
U� gg ^
V � o
ILE
Z
N
U
T
ADDENDUM No.1
ATTACHMENT No. 2
PAGE 44 of 64
Permit Application for a 12-inch Waterline within SH 286 ROW at CR 20A
This permit application is for the installation of a new 12" waterline parallel to and along the east
side of SH286 right of way, from CR20A, to a location 960 LF south of CR 20A. The project is
located 0.51 miles south of the intersection of SH 286 and FM 43. The waterline will provide
water service to an existing residence. Afire hydrant is proposed to be installed in the row at the
waterline termination point. The waterline will be installed with a 3-ft depth of cover per the city's
standard details. A traffic control plan, trench section, valve, hydrant and pavement repair details
have been included for the work within TxDOT ROW and along CR20A.
The contractor shall email CRP utility locate@txdot.gov and shall also call 361-739-6044 at least
48 hours prior to beginning construction so TxDOT owned utilities can be located. At least 48
hours prior to entering the ROW the contractor shall also contact the following to provide permit
and notification: Justin Feeney Utility Coordinator 361-806-3576 justin.feeney@txdot.gov Leslie
Cantu 361-808-2383 leslie.cantu@txdot.gov
X
g sao!n as 5uuaaut5u3}o ;uauw�jodap
0 9sodxxa xou�lXu .o"w�"' °ti0r,
xW a3sn ae o!ia�sly ' SVX31 3 nmos im a►w dw 7a2 mw r
rzoz/sl/so Na °°nm°�°Nu i�°�s��.�m.Na:soe�nn wu s�ae�
iyoo do Am
ad
WOlB'ON'Wxstl� c
as rn ansNoa'r eo IlslaHo Sn w 3
I�YYY "7
� W�amp�w]OOOSIHL 1N3W3.'Mld3il 3NI12l31VM 98b H$
y �
NONdINO90 AB 3Ltl0 'ON NOlF7 NON 1-0 FH 3Lb➢ 'ON NOI H
0 � O
w
..... .......... aaee... ea.,eeeee, ee.. a
p rn O N
5 oz o w
<<-wO
mo 0 o��LLp
wgn�m
y Hy UCHO yyy .1#B 5SS y,N y ! FFHR zF U OO¢Z�
�aaa.�a ����!!lQ�a ®®a lit tzzz:t tP ttlp o z w p
MR a w=3o
gg w & It MR
nE q: �ky6H N N �� OzO
VIA
N N i O '~p
N O_ WO OZ N W
w � tnaO �F z axQ
U O Z Q Z O w H
� w a_2
O K ^
N y O ZO_Z OU Ew
W N N a0 O d OU3O =U O_OQ UKo EH
d
0 � �
oQo b1s S Q�� M oo =
bgggdl k Hag w H oo q� O
"'6s ag 7JS ZFV
�a
W
lgg� � °dam Vlba� �� '�i, ut ro �� ❑_�
rs 2ti aD wy N N a$ wQw
�FQ
2W Q Q d
b 5 O aO H
OZ
N V)C7 2 N
2
cq
2
N
W
W �
2 2
N N
a �
= n
N
N N
� pp
y Y
°O N
S N
N
W
M =
r2 4=! N
OD
2
N
N O In
t0 N W M
�
2
N
O �
�D
N Y N
N �
N
M
SS N
a
N
2 a0
UI N
S
to
N
9gZ� o o s s
Wg o
S 8383M EWIJ
X
x
g sao!n aS 5uuaaut5u3}o ;uawpodap
o N�snd39 m mN g ,gym'"' '° SVX31 A M31V7 0
rzoz/oc/so xo o°nmo� °�s snMam va"°'�`u•i..:�Q" �+\\II rr�� /� I``II rr�� Am
WOl6'ON'-SM3l a�•a:•m�nn wu mdaz �IJ�OHJ SI 1C]OQ✓ ��
3'a'No&"wonm'r JO 0 3
wNONIM 3K0 Nn ���11/7 ONIUDENION == IQ o eo 3MMN 3MW: -- mmuffa
O3Stl313N 9-Nn—SIHL lMM3 c[3H Mna mm ssb Hs
y �
NONdIN090 AB 1 —0 'ON NOI-8 1 ON NGISN3N
N �
+ ¢ o
W' LLJ
5 `x Z
oo $
I .
\
k x —wW'� I U J @
• X_ U w W
GHQ
00000% a X % % %
k c W G G G G G€
HUN ( S
r — oo =�
RR
x y� �j � � W2sl 0000€o�oo
9999gglf-�S
} a
•o
�E6� a ��
o nz � O
v o
W �\ IIIIIIIII I� ��a W
00
n JQ
m3
I io
W
UPE
? 00 3 - � �o Goy, a
O ry W n n w a¢3
N 0 ^W Q £
ICI II �"
W
VOW
x
• E
C
N L
O U 8
Z L, m 8
Z�V
2Ewo „ g
z �� n $
w
o�Q z
QQa
W
a
coZ X brew
cm � eN
a
O o0 cn
JcnN
Cl) a IN77wNU
Wo
N _
W o _
LU
_o O w
Nob
H LL J StPe`�
JV "aMui
—J it
a
WLu
� O z
98Z HS F
Z J _
Lu
W
� Q
O
Q
T � 317N3HOw
� i G
illM
N — « vMHeiH s n
T
gg
o oo
� o
LLJ71
g
L
m
U
r
DDENDUM No.1
ATTACHMENT No. 2
GE 48 of 64
Permit Application for a 12-inch Waterline Crossing SH 286 (Lateral C)
SH 286 Crossing
This permit application is for the installation of a new 12-inch waterline across SH 286 in a 24-
inch steel casing via both conventional trenching and auger boring. The proposed work is located
on SH 286 approximately 0.5 miles north of the intersection of SH 286 and FM 2444. The
conventional trenching method will occur on the newly acquired portion of the right-of-way which
is currently green open space. The auger bore installation method will be utilized to install the
watermain under the existing SH 286 roadway. The watermain and casing will be installed
perpendicular (90 degrees) to SH 286. The proposed depth measured from the crown of SH286
to the top of the 24-inch casing is approximately 6'. The bore launch pit will be located west of the
100-ft TxDOT ROW in the newly acquired TxDOT ROW. The receiving pit will be located inside
the 100-ft right-of-way of SH 286. The west end of the 12-inch waterline will connect to a proposed
water main running parallel to SH 286 in a utility easement adjacent to the newly acquired ROW.
The east end of the 12-inch waterline will provide connections to an existing water service on the
east side of SH 286. Afire hydrant is proposed at the end of the 12-inch segment to allow the city
to blow-off water from the system to maintain the chlorine residual. A traffic control plan, trench
section, valve, hydrant and pavement repair details have been included for the work within TxDOT
ROW.
The contractor shall email CRP utility locate@txdot.gov and shall also call 361-739-6044 at least
48 hours prior to beginning construction so TxDOT owned utilities can be located. At least 48
hours prior to entering the ROW the contractor shall also contact the following to provide permit
and notification: Justin Feeney Utility Coordinator 361-806-3576 justin.feeney@txdot.gov Leslie
Cantu 361-808-2383 leslie.cantu@txdot.gov
X
g sao!n as 5uuaaut5u3}o ;uauw�jodao
0 9>oaxxa xou�lXu .o"w�"' °ti0r,
xW a3sn ae o!Nx s y ' SVX31 3 nmos im a►w dw 7a2 mw r
rzoz/sl/so xo °°nm°�°Nu i�°�s��.�m.Na:soa,nn wu s�ae�
iyoo do Am
ad
WOlB'ON'Wxstl� c
as rn ansNoa'r eo IlslaHo Sn w 3
I�YYY "7
� W�amp�w]OOOSIHL 1N3W3.'Mld3il 3NI12l31VM 98b H$
y �
NONdIN090 AB 3Ltl0 'ON NOlF7 NON 1-0 FH 3Lb➢ 'ON NOI H
0 � O
w
..... .......... aaee... ea.,eeeee, ee.. a
p rn O N
5 oz o w
<<-wO
mo 0 o��LLp
wgn�m
y Hy 66R0 yyy ��� 5SS yRR y R$ 0.0.RR zF U OO¢Z�
®®a lit tzzz:t tP ttlp o z w p
MR a w=3o
gg w & It MR
nE q: �ky6H N N �� OzO
VIA
N N i O '~p
N D_ WO OZ N W
w � tnaO �F z axQ
UO=� O�Z QZO
/ wH
/\����\(J w a_2
V — 0 K ^
N y O ZOCZ OU �w
N N OR
=o_O0 UKo E;
O
0 � �
Qo b1S S P� 00 H
1 y SQ N = N s N
b
big td y w H m Z
a1v W. ~z �a zIz t
�0 s lb bo v z `�, y LLJ
vlb 20 'N�i, ut ro �_CY)
N z
1S £b a� W = a U s 0 H C7
S�s'(b �L y N of i r a<
ii Gm ZO 050l
2
2
N
W
W
2 S
46
N N
a �
00
= n
N
N N
� pp
y Y
°O N
S N
N
W
M =
r2 4=! N
OD
2
N
N O In
� W M
� N
N 2
N
O �
�D
N Y N
N �
N
M
SS N
a
N
2 a0
UI N
S
to
N
9gZ90Zo o s s
Wg o
EE
S 8383M EWIJ
X
x
g sao!n as 5uuaaut5u3}o ;uawpodap
0 9 and Noun = ,°," ° 01«°"°a�'�..:s10 NOJ a3sn m m mN sl L SVX31 ,J, M31V7 0
rz6z/6£/s6 Na [N.uil�°�s�s[�"dN°m.va:ammn xw svau _
wa6'ON'a3N6Y3 I1SIHHo Sndyoo do Am
3'a'N nrvary wonm'r eo 0 3
aUO 3HL0 Nn ���11/7 ONIUDENION == tp
a36tl313.51—n—61HL 11010433Y dM 3114na mm ssb Hs
y �
NONdIN090 An 3Ltl0 'ON NOI77 NONdIN090 F8 7'ON N16N31
\\� Dig_� � w W
gg
n go
A ^M
i
�3
�Z 'H
Oz S �,O ) U
�J �NWtiI\ Ob l QpBp p�ao'UPI: k' 1 zUN
0�� GG"q
2
Fy � =2< C p� I �[a�wws�i�ninzz ca N
Qd � � o < i " W �o riri♦ vi of
VVV hen
O yWj i A TIC//}I O w O p
a s 2 y W I W M N N O
6 �
I
3 i
q 6B'l li
bm Y 151aY NI ImL6 'B
t4I4 1 3
n m53
`"
� � � v
a 00+Z I � W< +
i9
i J-
I w
_ g
+ +�
W
w 3 Nry Nlo 6 i u£I 'u
olB
06'l V
YZ'4 li O
=or I r— r—
$ I
I;
u3
/> I
Ei
J I I v
I V ➢
____1 y_________�
3 Sn b a w €
-
mM��
X
g sao!n as 5uuaaut5u3}o ;uawpodap M
d�s�dmDl SVX31 SlIV130 N31VM sn03NV'n3OSIW °p
rzoz/o�/so No
BBUlB'ON 03N� n, �N� usiaHo sndvoo so Am
as adDR Nan�Noa'r eo ONIUDENISN v.3
o wN ONO W-
03Stl0313L. J—-9HL IMVl33 IcGS 3Nna3 mm ssa Hs
y �
NONdIN090 AB —0 'ON NOI-8 NONdIH090 A8 3 U ON NOISN3N
AT FF
o- _
ZZ-
W
g §g� a
XE� @
� ag8 N
may Z F
� Z co
U
no W w
=Fs ¢Q a
In
REP! PIRR,--Pxz AFC
sw � �LLo=o<w
aye yaww=,== z
"ba� wwo>o
O a6wn� Z.
« _
F
S
g sao!n aS 5uuaaut5u3}o ;uawpodap M
o s3 and Noun = ,o"w'"' �o
aQi 93 olmm y ;,; , , ° mom, SVX31 (Z) SIK30 N31VM sn03NVll30SIV4
e9ma'ox as worm'r eo IISIHHo Sncfyoo {o Am "
'Nennmw sn9noa 3
o wa awn W- `JNIti33NaN = y�7/�,���7 yy
J0 3mdand n a0a IMV433r 147a Mna•T 994 Hs
msm9a A ix3wn�99 s1x�
y �
NONdIa090 AB 3Ltl0 'ON N01-8 NONdIa090 A8 3Ltl➢ 'ON NGI—
oZ°
'Nlw A-.r
o=N
r Z Lo
W UW
El
er
}� € w
I'. aLU
�
m �
L = w�
zi
w B<q
SR
F
S
g sao/n.raS 5uuaaui6u3 ;o ;uawpodao a eO l SlIV130 1N3VN439N3 ONV
s35o&W NON0nusN00 NarNt u r�s aruw 111jNOV8 IF S31ON 1"31430 N31SAS NOunewisi0 d31VM
*ZU/F0/S0 NO SI ll mxaimi ora�vala�s�i�mxw�mmm�nnn _ SdX31 NV(1MdJ.S a31VM €
SlN13U U
R MIS'DN'M s� IlSRIHo sncfaoo 10 Am USINHO snddoo do A110 �
^ aa'Nsnn--,noo r. rjNIrJ3�NIeJN _
aIJORW 34 0axn
€ 30 3sxana 3H1 aai Nd'8Z1 y IUMcGH 3NI1mvm 99Z HS
Q6Y30a 1N3Nn000 SIR
H R
NOLLdi—a 1. 31tl0 'ON NOI—N NOI1dIaO530 A9 31tl0 'ON NOI—H
hi\� S
Q (SM'id 33S)s3WA rudwRE
9� ° Ri
rx
����g�� �s-.
jy 'wa.z�zs3d�daod'Nw.a-,a=o s ^�m 2 � ftl$ � � Q �����E��'a��(� W W $�
W � �3��
y oaf ` Q 2 n
J U t�3iu, URN
O ;W� 3; vvjj II AW�y ti¢ O�
W > �W II 2rpu L'+�2 ZZCO
O p220
yOJ 2 �i xi WQW
aQ
eWQ � ii S Q Q d
W �2 4� j 22j V�4Q 22 2 3 22QO mZm� F3 m OJ" pO 3W 22
¢ 4
�nn
�" � j ¢ m2p"00 C�i 3o WyN'S ZKgCo �'iO3 �YJ2 ; U 2m O 2 -
-
Ut� 2
y" WW S� 5 j��OOW al`i i 4U aR p3�p 2OQ¢ �U
= � $$ZO ¢
h3O¢�U vil;
Za
66h°
[xV[� 0U�p0
W V hSGWF K> LL WO U O t U 20 2 W0� �ih ¢ Y p22 W =�2 W �¢O W m W �SQ
`�
Jy U2 �� h n�KW2�pW.� UCOyOy�� 2OW� 2�¢>0 12_� y�e�2NO
T pi
t ��W W W Q 2 ti12 C > WO WS tlS<R �� aO> y o W$
"4 �W ���`222` iJi mWW oho Qa' �o � y�n� 2 �u
ON U oll `W 2S vi 41W 53�W JW UO2> OaUo ¢ "tik Qm �� Y 2 J 11' _
F1Un
W ° p Np Oti 2p z�ZS�
3 yW H 2 °"4j0jh 2Q"2 ��� "¢ "l��oG OQZ � Z GWQW W3W Z �W 1U�4 O� U 33~ 14
Q
-
O
8 s3so&na NouanusNw n " > 3xwe saotn.raS 5uuaaui6u3 ;o ;uawpodao a do z 01l(INV X08 3A1VA'1Ntla0AH MIJ
ao a3sn 3a m SON SI u mx x w SVX31 STY130 GMNVIS 01VIN 01
*ZU/0/0 NO Ps.l ananxww�nnn w svaaz g
R aaMIs'DN'M sx31 IlSRIHo sncfaoo 10 Am uslaHo sndaoo do Ailo — �
^ 'xsnnw�w manoo rdo rjNIrJ3�NIeJN _
waoaxn
€ do 3x1 aai ••��••• Ntl'8Z1 lMl`l3Wc 3H 3NI1mvm 99Z HS
useaod SI sI ur3rvn�oa SIR
H R
NOLLdi—a 1. 31tlO 'ON NOISN3tl NOI1dItlO530 A9 31tl0 'ON NOI—H
P/C
„zr/sl z �rl
1 y j14
444
-44
h
ry V ('daU a3una s baro / � 5 _
JO W011OB pt„0-,6 �— / 2g l?
0
pp �,gyp
N
QD �
CV N6Y %ry V Q g
Z zLU
C
p='t W - 4-4W U W a z
QQa g �
14 Q
7 7 & m H
hd
�o
oJmA
W
m g �� �
a id y C�
® G) yW
g sqz tt.aS 5uuaaui6u3 ;o ;uawpodao a jo s in0AVl 3AlVA'dAl I8
s3sOdand NOLLOnaI5x00 mra�m NarNt a�ann r�s aruu svae� SlIV130 d3SId 'Sl1V130 9NISVo'S1N3N1snfOV
and*ZU/0/0No sI u '°a.. "sP ` S1�X31 $�n/J3Q Q�/QN�/�.S a31�/IN g
R m18'DN'O3H� IlSRIHo sncfaoo 10 Am USIWHo snddoo jo ALIo �
^ aa'Nsnnxnx-,n.r. rjNIrJ3�NIeJN _
aIJORW 34 0axn VI11A == 3 I p
€ do 3sxana 3H1 aai Nd'8Z1
Q6Y30a d 1N3K SIR y IUMcGH 3NI1mvm 99Z HS
H R
NOLLdIaO90 1. 31tl0 'ON NOISN3a NOI1dIaO530 A9 31tl0 'ON NOISN3a
h
�II
o
R zzco
oo
ut o=�
zP. LU LU
0 s g V
Q =
Q
o
� V
anfi
SIR
94 y P d
H!g nd
ihi-
gS
u
a
Z � Z
� � Q
• E
C
o
�z ng
W Zcc m
p�c�o w " m
w
wQw z
oHQ w
QQ0- w
N
N
a
z -,t x
Ott e"
Q N
a U cn
O N
J
W U (.0
W }
W w 00
cm
N _
o
0 = o_
� N �
w Cn o =
oC
AIRLINE °0pN
z (� w
_o
H Z
J (J) vi
� �
Q � � w m 1
Hz N01110IAIN o
//) w 99Z HS F
� z �
W
W
� J
Q
o W 2NE w
A
,3,0IA
a
— t�,tvMReiR An
zi
&g
00
� o
LLJ71
g
mL
U
[ADDENDUM No. 1
TACHMENT No. 2
GE 57 of 64
Permit Application for a 16-inch Waterline Crossing SH 286 at FM 2444
This permit application is for the installation of a 16-inch waterline in a 30-inch steel casing across
the SH286 right-of-way at FM 2444. The proposed work is located on SH 286 approximately 2.51
miles south of the intersection of SH 286 and FM 43. The casing and carrier pipe will be installed
by both auger bore and conventional trenching perpendicular (90 degrees) to SH 286. The
proposed auger bore is located approximately 40-feet south of the FM 2444 south edge of
pavement. The proposed bore pits will be located in the TxDOT right-of-way outside of the existing
lanes of travel. The open cut segment begins on the west side of the existing roadway and ends
outside of the TxDOT right of way in a utility easement obtained on private property. The waterline
is proposed to be installed via open cut trenching for approximately 379-feet and will be auger
bored under the existing road section (approximately 180-feet). A 112 segment of 12-inch is
proposed to connect an existing service to the new 16-inch waterline. This segment will be
installed by open cut as shown on Sheet 28. A traffic control plan has been provided for the
shoulder work on FM 2444. A trench section, valve, and hydrant details have been included for
the work within TxDOT ROW.
The contractor shall email CRP utility locate@txdot.gov and shall also call 361-739-6044 at least
48 hours prior to beginning construction so TxDOT owned utilities can be located. At least 48
hours prior to entering the ROW the contractor shall also contact the following to provide permit
and notification: Justin Feeney Utility Coordinator 361-806-3576 justin.feeney@txdot.gov Leslie
Cantu 361-808-2383 leslie.cantu@txdot.gov
X
g sao!n as 5uuaaut5u3}o ;uauw�jodao
0 9>oaxxa xou�Xu .o"w�"' °ti0r,
xW a3sn ae o!Nx s y ' SVX31 3 nmos im a►w dw 7a2 mw r
rzoz/sr/so xo °°nm°�°Nu i�°�s��.�m.Na:soe�nn wu s�ae�
WOlB'ON'Wxstl IlslaHo Snciyoo do Am
as ad rn ansNoa'r eo w 3
wxoMMN 3M ��- YJN Itimuff
I�YYY "7
� W�amp�w]OOOSIHL 1N3W3.'Mld3il 3NI12l31VM 98b H$
y �
NONdINO90 AB 3Ltl0 'ON NOISIA3x NON 1-0 FH 3Lb➢ 'ON NOI H
0 � O
w
..... .......... aaee... ea.,eeeee, ee.. a
p rn O N
5 oz o w
<<-wO
mo 0 o��LLp
wgn�m
y Hy 66R0 yyy ��� 5SS yRR y R$ 0.0.RR zF U OO¢Z�
®®alit lit t z z z t tP ttlp o Z w p
MR a w=3o
gg w & It MR
nE q: �ky6H N N �� OzO
VIA
N N 26 U
N N i O '~p
N O_ WO OZ N W
w � tnaO �F z axQ
U O Z Q Z O w H
� w a_2
O K ^
N y O ZO_Z OU ��w�w
W N N a0 O d OU 3OU O_OQ UKo E;
fl
0 � �
1 y SQ N = N s Z
b
big td y az H " ZZ �ro
a
a N m CZ,
vtao �� wQw
�H(D
rs stia� W N a o�Q
�� M QQd
2
2
N
W
W �
2 S
N N
a �
00
= 46
N
N N
� pp
y Y
°O N
S N
N
W
M =
r2 4=! N
OD
S
N
= N
N
� N
N 2
N
O �
�D
N Y N
N �
N
M
SS N
a
N
2 a0
UI N
S
y
N
9gZ90Zo o s s
Wg o
S 8383M i"6W3
X
x
g saa�naag 6uuaaui6u3}o ;uaw}lodap (05 11 'b'1S - 8L l 'd1S)
o S350dtlnd N0 1 iON N00 ,tia +
and msn 3e of LON sl L
4L OC/S0 NO SVX31 0 371308d ;F NV-1d (13381S S31dd1S) bbbZ{N3 0
69M'ON'03N SV)M �,xWWW,m.., 11S18HD sncfy0j d Am
'3'd'NVnnVYOW SV10n00'f d0���11/7 ONIUDEINION == 3s n
ALINOHllN 3HL iDONn I�jYY � — — N S
M3IA3N%001 ¢
d0 ffj
3SDdd d 3H1 a0d 1MV433 UM 3Nnumm ssb Hs W
03Stl3T3N sI 1N3Wn000 smi y
NONd1— AB 3Ltl0 'ON N01SA38 NONd... .V3 3Lr➢ 'ON NGI—
\I I
I I '
I30L.Sz 4f k _ _ N +1'11
3s
j1 ���I 1 4--• fY m e o -- Z a S w
3W,SI o k N i Z ;
Z
CzIDw o �� +
s i��I n= NZ=oW Z Q= O NIW4 �N
W LU I w
QQ
-o
P'
/ d O
+0� `�aui z .z x.vx.1 3u1 �11 ss "L o
o�I u52 m 13fl Al+l a L
z�ie ?N m G B 15 .P3 of z
6'
o�n
S I al M 5/MJ SNI L16"IS
6�1
LB l li_ o� + KW6pm WmQ o
a�� il-� '9\� ��� �m❑®®�e4 � '� IRK
El
1 o p N 2.
—z3
+ R
kip
R k E �
1M�t N pI•
wll � ,� �3oada R �� o
LLJ
05
Illel
LL _
�7, aLLI +
�� z III` S✓ '�� 8 'm� a 3 's R m
#.4 • 04
� a flI �d Ilvli Iliv ' e3� w � w
a' i' ❑C I��II' g o
—66+b
xm � � �¢ o A
3 x1 sx 3s zs c'3s
0
Mo a e r xlv c'3s
m q J m o'I, I T f I I I a 8 Al ro c1'is
Y Q S
8L'l lip
I
y �m 3s
ZCi24i Ir'l i z dNz bQ" ` � &p�-51
V Imo__}
\ � � I$su3 ix a
a3 I 8L'l li o
I vvI lo� I �
me I x 11�'I—i
lill\I�t� II
m I \ \ g o
i�� j ilvPa +1�
Ill
x
x
g sao!n aS 5uuaaut5u3}o ;uawpodap
g saodam Nou�w cNoa SVX31 W 70&NW JUJM M$QdOM o �
am msw n D1�Dx sl y
rzn ,[Do xD
Iss3a M oN'D3'1 mal IlSINHD Sl1d210j do Am
3d'Nw.'0 E µ� 3
do.umwrro 3w a3aNn �1111l7 `tj It1-�
A3U3A-3. I�jYY �_�Q
3D 3sodawd 3w aD3 1 V43a1nd3H 3Nnumm 98b HS
msm3a sf ix3wnDOD slw
y �
NONdIa090 1. 31tl0 'ON NOISA3a NONdIa090 7 3Lr➢ 'ON Ng5V3a
1 W
� iwww � 000
i B B F i i mBw �trU Z
w m8F �� 8�5 NwU Jz Z ZZp
(7 ~mom— JS�V1O _ pN �a
J • � ���ax� awoallo
w Now( H wQ�w
(x),ozi (x),oz��
IMIMtld d0 3'Jm I j
co
ZZ avo21 LNnO:)
N
~•L� . . . r N �'
1N3w3\Yd X 3Dm p
/L(x),uI—Loo.ozL—LO),m
o -
Z
ZFV bR d�
�Zcoc `rc�
�LJ
�r
pN �a
Z Q
=W
<Q
b9
N
it
(x).az�T(x)pz T AZI�(%)A3II /
1K3w3\rd�3Dm N
f0
Ny ... .« avoa 31UMd 's
., 1N3w31vd D 3Dm N
-I \111 (z) a \ 4 $ �� v
I-�(z),ozi �),ozI (---�—(x).ozi ,ozi ®
H
W
I t
a
x
X
g sao!naag 5uuaaut5u3}o ;uawpodap
,p Svx31 9141-1)cm OVONVIS 1O0X1
n-4-0 d01133H5 I1S121HJ Sl1d21O? {o dll�
o ,1tl13a 08VOWIS
NOa Vod5NtlaL ���"A .�Ni N K 3
d0 1N3wLatld30 StlX3L -'� 9
lMVl33VlcGS 3N11 umm 98b Hs y
NONdIa090 1. 31tl0 'ON N01SA38 NOudIa090 A8 3Ltl➢ 'ON NGI-
dam � � 8�sbg o
'= g � s g-
fisir�e„.M m• b'_ �o aLLo0n�p 0
;0
sssso 3ag
aio
OE
$� 'o 13
EW� O
2xE 11wCL
ggi o
w ZC) Z� �F§
Ix
s a "i W E iE�= aY>« WW
kita1 = =
�Q 416
ii* om W
**J o LLry ," " - ag
-------------------------------------'- ---------------------------------
LL$
___soli�twl-lo-NPla._
¢3Q
W
- ' 4n11 00S ua o uol Xi
W O - V16u 0onv-OZ •ulw.OSI a°o05 N�oM 0 l£/I s I u 4nenOS poi%
{n O
• Sao l0oVs • • • U Z�
O o
a �= a ze
— — — — — — — — — — — IL c
u U w
>>
�aolwous = o
w
3
g55g3 < rv.gF fix €° :boom €4m "<
58�
t
- a �
-
We a1��os
g J m �¢eaou aesl •ulw,OSL s+1eoM e ,c/1 °nenos a z
6ulooaa oz D
o
ao neol�e0 Ho
o
N
Z o
a a
U Q >
VeG IOo45 ~ a- C
N O
sal 4nll OS poi X « kaa g 0
a's? -%gF _gFbg �s Ng g Eg
One 005 uan poi n Vne OS uo.%L a
a One OS col% ao S x�oM nu 05
o rulw�p�W -- W
O
�ep10oV5 2 5
U7 p
a a � 0
—C> W O
za
■■ lwI-+ s .c
a
U U N
€` m� V o
m g O
F
va�eo�{Dula l0vu ea0 uo valma�aoe oul,ol�o v ouuo. ao oy—s v1Va
�Ivuenuoa Ae <a111°leu'0�d Cul�eau10u3°axle1..1 Oauueno6jnOel%O�Woav e1Va Ioeiv W1WIX :31V0
° �a3wn,°sls g
4
S
X
July 15, 2024
Mr. Valente Olivares Jr., P. E. ADDENDUM No. 1
Corpus Christi District Engineer ATTACHMENT No. 2PAGE 62 of 64
Texas Department of Transportation
ENGINEERING 1701 South Padre Island Drive
SERVICES Corpus Christi, Texas 78416
PO Box 9277 Subject: Request for Approval to Abandon 3-inch STL Waterline within the
Corpus ckisti
Texas 78469-9277 SH 286 ROW
1201 Leopard Street Mr. Olivares
3rd Floor
Corpus Christi
Texas 78401 We are submitting this letter to request permission for abandonment of a
Plione 361-826-3500 3-inch Steel waterline in the SH 286 ROW, pursuant to Texas
Fax 361-826-3501 Administrative Code, Tile 43, Part 1 Chapter 21, Subchapter C, Rule
nnvw.cctexas.coni 21.39.
Construction Inspection
4917 Holly Rd.,Bldg. 5 The City of Corpus Christi owns and operates a 3-inch steel water line,
Corpus Christi
Texas 78411 along the west side of SH 286, within the right-of-way of TxDOT's State
Phone 361-826-3555 Highway 286. The SH 286 right-of-way is undergoing a TXDOT widening
Fax 361-826-3520 project requiring a new waterline to be installed. Due to projected growth in
the area, the city decided to install a new 16-inch PVC waterline in private
easements along the new SH 286 ROW. Once the new line is installed the
old line will be filled with grout capped and abandoned in place.
The following information has been submitted to you for review:
i.) The line to be abandoned extends from FM43 to FM2444 along the
west side of SH286, as shown on the attached map.
ii.) The GPS coordinates are:
• Station 15+00, N: 17138897.84 E:1322254.56 (West side of ROW)
• Station 15+00, N: 17138892.33 E: 1322539.68 (East side of ROW)
• Station 135+00, N: 17127076.78 E: 1322712.18
iii.) The section to be abandoned extends from approximately station
15+00 to 135+00.
iv.) The legend is included on the attached drawings.
v.) This pipe does not contain, nor is it composed of hazardous or
contaminated materials, and it does not have a pipe wrap material
that could contain asbestos.
vi.) The City of Corpus Christi will be responsible for all costs associated
with the maintenance or removal of its abandoned lines within
TxDOT right-of-way.
ADDENDUM No. 1
ATTACHMENT No. 2
PAGE 63 of 64
vii.) The City of Corpus Christi will purge, cut, slurry fill the pipeline and
cap or plug the ends of all abandoned pipeline facilities at the right-
of-way lines.
viii.) As a matter of record the abandoned pipe will be recorded in the City's
GIS until at some future time it is removed from the ground.
ix.) If the City wants to remove the pipe at a future date a permit would
ENGINEERING need to be submitted to work within TxDOT right-of-way.
SERVICES x.) The City understands that the TxDOT Corpus Christi District requires
that all utility facilities abandoned in place under TxDOT maintained
PO Box 9277 pavement be filled with a cement slurry in accordance with TxDOT
Corpus Cluisti specification Item 401 Flowable Fill, to prevent future settlement.
Texas 78469-9277
1201 Leopard Street By way of this letter and the enclosed information, we are requesting
3r4Floor approval from TxDOT to abandon the existing 3-inch steel water line in the
Corpus Christi ROW of State Highway 286, as described above.
Texas 78401
Phone 361-826-3500 Please feel free to contact me or Doug McMullan (361-854-3101) of Urban
Fax 361-826-3501 Engineering if you require any further information.
wmv.cctexas.com
Construction Inspection Sincerely,
4917 Holly Rd.,Bldg.5
Corpus Clu•isti
Texas 78411 City of Corpus Christi Utilities
Phone361-826-3555
Fax361-826-3520
Y�r
Sandra, Gomez, P.E.
Engineer I.V.
SG/
Enclosures
x
8 s3s0d8nd NouanaaNOa sao!naaS 5uuaaui6u3}o ;uawpodap M
a0i a3sn 30 of i0N Si L " "N I1S121H� S11d2 X31 {o Am
KOZ/9Z/90N0 SVX31
g
69M'ON Md SVX3L w 3
3'a'NVnn"'SV1On" P�0���11A ON IUDBN ION
uiaoNuro 3H a3aNn —
i0 3so&na%3H1 dOJ IMVl33 IcGH Maim ssa Hs W
03SV3-ON Si w34noo0 siN1 h
// NONdIN090 AB —0 'ON NOI-8 NONdIH090 A8 3 0 'ON NOI—H
+
13321LS S31dV ti6iZl�i
N 00 9£l N
Vf 9!+!9 1+1S Old +! YJS 193SV —�0 w
Ja o£1
a
F
� 00 SZl z
m< U
U J �
o�w 0 OZl F?
Z W U ti w
Q Z J U m
2 m CL J �
W
Uz
FZZof
u a zo
N I
N 5< m
WcV WQ
— QF�Q
o z
OQd
mJaaJ
11
+01
z�W +S6ra
azU
WQW yoz
9L
+
vg�WoN
mJ�
J
W � E
m CD
+99 o $
H JJ
a Z W U J e
+09 a g�`
U�ajMm ODm
MNM Z w O M
OO+OS 3 o c�rn rn N
W co M) O—
2 Z C 0 0 I I
U U O Z M N N N
N Lq Q a
W CV Q U Z L�.I R Z L�.I
OO+ob
x
OO+S£ z rz.;,
00+ �U
Z M N U m
OO+SZ a—M z z
UZ Gi �¢
pO+OZ
cr
57<
00+9
a"z F w
N
OR
oo+oj <
rn �
89+ls 'V1S O�lJ�0�0++0 VI�S�y Z 3SVHd 00+9
J.S74LJ 070711 1/ o F
Gl o
+ + + + + + + 3D
N o'Fq .L/
of0 Z wmvn
E� 00f < CD
W caaaa
W Y
❑ of `) -
x
W
+ 00Y. W F
a
x
APPENDIX 3 - COUNTY ROAD PERMITS
County of Wueces
A� O f TF
Department of Public Works �P z��.+� Juan A. Pimentel, P.E.
P t,,p
Director of Public Works
County Roads and Bridges n C t ,�' Nueces County Engineer
Engineering Services O 4
Environmental Enforcement
Facilities Management yTY Op NJ
9'1'1 Addressing Program
September 9, 2024
Chloe Norton on behalf of Corpus Christi Water Department
Urban Engineering
2725 Swantner Dr
Corpus Christi TX 78404
Via: (;Norton cr_dccm.com
Ref: SH286 Waterline Installation
Dear Chloe Norton,
This is your permit, U2411 CCW, for the installation of a waterline through county
property along SH286. Follow attached plans for installation locations, depth, and
backfill. This permit is to be placed on-site before and during installation.
If you have any questions, call Ryan Schroeder at 361-888-0490.
Sincerely,
, P.E, C.F.M.
A�a .
rector Public Works
r
DDENDUM No. 1
TTACHMENT No. 3
AGE 1 of 11
901 Leopard Street,Suite 103 Corpus Christi,Texas 78401-3602 Telephone(361)888-0490 FAX(361)888-0485
Page 1/2
Appendix A
NOTICE OF PROPOSED
UTILITY LINE ACTIVITY
To: County Engineer Date 08/30/2024
Nueces County
901 Leopard, Suite 103 Permit No. v l-1 L�
Corpus Christi,Texas 78401
Notice is hereby given that the City of Corpus Christi
Owner of the Proposed Line proposes to place a 16-inch waterline
line within the right-of-way of Pond Access Road
as follows: (give location, length, general design, etc.)
The project includes installation of a 16-inch waterline via horizontal
directional drilling under the county's proposed Pond Access Road. The drill
length is approximately 1200 linear feet extending from an entry point
adjacent to the county's property to a point south of the county's property.
Please see attached plan sheet for additional details.
The line will be constructed and maintained on the County right-of-way as shown on the attached
drawing(s) and in accordance with the Nueces County rules for Accommodation of Utility
Facilities Within County Rights-of-Way, and all governing laws, including but not limited to the
Federal Clean Water Act, the Federal Endangered Species Act, and the Federal Historic
Preservation Act. Upon request by Nueces County, the owner will provide proof of compliance
with all governing laws,orders,and regulations.
The owner will use Best Management Practices to minimize erosion and sedimentation resulting
from the proposed installation,and will revegetate the project area.
The owner will insure that traffic control devices complying with the applicable portions of the
Texas Manual On Uniform Traffic Control Devices will be installed and maintained for the
duration of the work involved for this installation.
The location and description of the proposed line, along with any appurtenances, is more fully
shown on the attached drawings.
It is expressly understood that Nueces County does not purport to grant any right, claim, title, or
easement in, under, or upon this roadway; and it is further understood that Nueces County may
require the owner to relocate this line and any appurtenances, subject to provisions of governing
laws, by giving thirty (30) days notice. The cost associated with the relocation will be borne
entirely by the owner.
The installation shall not damage any part of the roadway and adequate provisions must be made
to cause minimum inconvenience to the public. In the event the owner fails to comply with any
or all of the requirements as set forth herein, the County may take such action as it deems
appropriate to compel compliance at all times.
rATTACHMENT
DDENDUM No. 1
No. 3
AGE2of11
Revised: 05/2008
Page 2/2
Appendix A Pemut No.U \ GC.
NOTICE OF PROPOSED
UTILITY LINE ACTIVITY
The owner agrees to indemnify and save harmless Nueces County, it's agents and employees
from all suits, actions or claims and from all liability and damages, including but not limited to
attorney fees, for any and all injuries or damages sustained by any person or property in
consequence of any neglect in the installation,operation or maintenance of the utility facility.
Construction of this line will begin on or after the 25th day of November _,20 24
By signing below,I certify that I am authorized to represent the owner listed below, and that the
owner agrees to the conditions and provisions included in this permit.
7Firm:C/�� i Y vl— Address' l201 Zcy�fQQ
By(Print):
Signature: AleK/Sr%
Title: No,:
APPROVAL
Nueces County offers no objections to the location of the proposed utility facility except
as noted below.
Please notify Lbrl4 Gc4-6,- 3U- S!Ll a-W forty-eight (48)
hours prior to start of construction of the line.
Inspected by: Date:
Nuec ounty
B Date:
itle: 1i ,re��o L3'0\11`�L tQQA-t ADDENDUM No. 1
ATTACHMENT No. 3
PAGE 3 of 11
Revised: 05/2008
X
g sao!n as 5uuaaut5u3}o ;uauw�jodao
0 9>oaxxa xou�lXu .o"w�"' °ti0r,
xW a3sn ae o!Nx s y ' SVX31 3 nmos im a►w dw 7a2 mw r
rzoz/sl/so xo °°nm°�°Nu i�°�s��.�m.Na:soe�nn wu s�ae�
iyoo do Am
ad
WOlB'ON'Wxstl� c
as rn ansNoa'r eo IlslaHo Sn w 3
I�YYY "7
� W�amp�w]OOOSIHL 1N3W3.'Mld3il 3NI12l31VM 98b H$
y �
NONdINO90 AB 3Ltl0 'ON NOlF7 NON 1-0 FH 3Lb➢ 'ON NOI H
0 � O
w
..... .......... aaee... ea.,eeeee, ee.. a
p rn O N
5 oz o w
mo 0 o��LLp
wgn�m
y Hy 66R0 yyy ��� 5SS yRR y R$ 0.0.RR ?F U Owp�Zv
®®a lit tzzz:t tt ttlp o Z w p
MR a w=3o
gg w & It MR
nE q: �ky6H N N �� OzO
VIA
N N i O ~p
N O_ O
WO OZ N W
w � tnaO �F z axQ
Q OU W U o 0 N 0 2
Z GZOwH
ALI, O W w
, y O Z�Z OU �wZO
2 W N y a0 r d OU3OU O_OQ UKoN�H
m U m
fn oo z cV Ni a
Q S dy �Np "0 d z
oQo 15 S P� M o o = H
� co
b�g�dl Hg w n co o Z
w ag ZZ�
oy " na ego tLU
v et aaor7
=yao u"C—)
�
2
2
N
W
W �
2 2
N N
a �
00
= 46
LJ
N N
� pp
y Y
°O N
S N
N
W
M =
r2 4=! N
OD
2
N
N O In
� W M
� N
N 2
N
O �
�D
N Y N
N �
N
M
SS N
a
N
2 a0
UI N
S
to
N
9gZ� o o s s
Wg o
S 8383M C6W3
X
e s
■■■III
County of Nue c es
A. O F rF
Department of Public Works �P �° :�++'N Juan A. Pimentel, P.E.
Count Roads and Bridges Director of Public Works
Yn Engineering Services O Nueces County Engineer
'_ �
Environmental Enforcement
Facilities Management yrr dF �J
9"1"1 Addressing Program
September 20, 2024
Chloe Norton on behalf of Corpus Christi Water Department
Urban Engineering
2725 Swantner Dr
Corpus Christi TX 78404
Via: r;Nortonpa dccm.com
Ref: County Road 43 Waterline Crossing
Dear Chloe Norton,
This is your permit, U2414CCW, for the installation of a waterline bored under county
road 43 south of FM 2444. Follow attached plans for installation locations and depth.
Have this permit on location before and during construction.
If you have any questions call Ryan Schroeder at 361-888-0490.
Sincerely
ADDENDUM No. 1
/'.anmental, P.E, C.F.M. ATTACHMENT No. 3
rector of Public Works PAGE 6 of 11
901 Leopard Street,Suite 103 Corpus Christi,Texas 78401-3602 Telephone(361)888-0490 FAX(361)888-0485
Page 1/2
Appendix A
NOTICE OF PROPOSED
UTILITY LINE ACTIVITY
To: County Engineer Date 07/29/2024
Nueces County
901 Leopard, Suite 103 Permit NoiV211'
Corpus Christi,Texas 78401
Notice is hereby given that the City of Corpus.Christi
Owner of the Proposed Line proposes to place a 16-inch waterline
line within the right-of-way of County Road 43
as follows: (give location, length, general design, etc.)
The project involves installing a new 16-inch watermain in a 30-inch steel
casing under CR43 via auger bore. The proposed installation will not affect
any pavement along CR43. Please see attached plan sheet for additional
details.
The line will be constructed and maintained:on the County right-of-way as shown on the attached
drawing(s) and in accordance with the Nueces County rules for Accommodation of Utility
Facilities Within.County Rights-of�Way, and all governing laws, including but not limited to the
Federal Clean Water Act, the Federal Endangered Species Act, and the Federal Historic
Preservation Act. Upon request by Nueces County, the owner will provide proof of compliance
with all governing laws,orders,and regulations.
The owner will use Best Management Practices to minimize erosion and sedimentation resulting
from the proposed installation, and will revegetate the project area.
The owner will insure that traffic control devices complying with the applicable portions of the
Texas Manual On Uniform Traffic Control Devices will be installed and maintained for the
duration of the work involved for this installation.
The location and description of the proposed line, along with any appurtenances, is more fully
shown on the attached drawings.
It is expressly understood that Nueces County does not purport to grant any right, claim, title, or
easement in, under, or upon this roadway; and it is further understood that Nueces County may
require the owner to relocate this line and any appurtenances, subject to provisions of governing
laws, by giving thirty (30) days notice. The cost associated with the relocation will be borne
entirely by the owner.
The installation shall not damage any part of the roadway and adequate provisions must be made
to cause minimum inconvenience to the public, In the event the owner fails to comply with any
or all of the requirements as set forth herein, the County may take such action as it deems
appropriate to compel compliance at all times.
ADDENDUM No. 1
ATTACHMENT No. 3
PAGE 7of 11
Revised: 05/2008
Page 2/2
Appendix A Permit No.U H I H Cc o
NOTICE OF PROPOSED
UTILITY LINE ACTIVITY
The owner agrees to indemnify and save harmless Nueces County, it's agents and employees
from all suits, actions or claims and from all liability and damages, including but not limited to
attorney fees, for any and all injuries or damages sustained by any person or property in
consequence of any neglect in the installation,operation.or maintenance of the utility facility.
Construction of this line will begin on or after the 6th day of September ,20 24
By signing below, I certify that I am authorized to represent the owner listed below, and that the
owner agrees to the conditions and provisions included in this permit.
Firm:(f ('i`r y l— C C_� Address: 1 Zy( Zc__d/,-fi�tQ 7
By (Print): tr ��c -PCB �CD�C 7 �
Signature: '/ �r�Q,O�e S �R I S%4 /
Title. )+I�EL�y2 cy� 4��6/.JEO?/,,d) hone No.: 4:1 - $�
APPROVAL
Nueces County offers no objections to the location of the proposed utility facility except
as noted below.
Please notify L,\cL, Gc_rc.,G, 3�}-��t1 - \1 forty-eight (48)
hours prior to start of construction of the line.
Inspected.by: Date:
Nueces Co , W
By: Date: r?3 2
T ADDENDUM NO. 1
ATTACHMENT No. 3
PAGE 8 of 11
Revised: 05/2008
x
g WBIB'MM sao!naas 6uuaaui6u3}o ;uaw}Bodap (0N3 — 06+99 b'1S)
$ 7d Nw u w 71H D�01WM SM nmaa io 1N#IgOB 9Bl N19Na/3dd'ttE 30 ,py�p;«a,„„�.;„� ; , , y,3�x SVX31 0 37130Nd � NV-1d (133N1S S31dd1S) bOPM
� usiaHD sndvoj s �li�
ONIUDEINION Djv�ffjs w
o i � 1N3w331/1d3il 3NIla31VM 98b HS
NONdIa090 AB 3Ltl0 'ON 401-8 NONdIa090 F8 3Ltl➢ 'ON NCI N
SLN3WWD'J llNI10J 00 4Z/BZ/a0 I
M
ZZ
�w�
r II 3 =x
0 0 0 o w�a w o ao ZUw
� goa w
_ =o or¢
�08o s � o=€ <
n�a�B�� o ��
F w m m o o = AIN I
lw
J g
_ 3
7 ®
z� i oN€ o��zoo �3
31n Nm J
CL
Ne�c�i c�Z�n3a�?iac�i
kMa R i i
WWv
tz
__ �p=pW IIIII-IIII S
Ke =n J 6 W
OL
g g =g g
as ��
L
fin) 8 0 I IA W NI IWMI11.9. lWt.
+l v 5
�n a1 Bs 1
—aKe.1t ANIN+3 LS m
¢• my — — __ — — �� • ®{ 51 U8.51, INI 90 1S
' WNq 'Cs _ _ _Es
\ S W NI
^ w
h n y I w r
qa� I _ ___I____ w p
+
+— W xw as o Bs
• �O ee
o+ei z II II omro�6 I ozz� a ix1 [+ Bs
h e JI.
� yL� IppIIII �o�
s`+I M
p �U
II II 1 2�n 2 LB M O L9'I la
L.lX.Ii- 1 NI 0+ 10 +
IIIII `� z,2
DM9�'VIS 3 W I'MiLvW _ IIII III a
I "� ����rl r:5��� 3 � 'n1n•y
I
B:
a
x
x
$ (nzo�✓n✓wl�°srz�s� sa��n.rag 6uuaaui6u3 {o ;uaul}lodap �
°'o ae3;tle35° °t3 Ies Ham Saw=rve;s3,� svx31 (Z) 7O21LMW ILIN& U3SOd021d �0$
_ ,�•�� IIS18H,? sndNoo !o d1lo
rJNlt1-�
I7YYY �_aQ .,,■. �I
1N3M133Vld38 3NI12131VM 98Z HS W o
NO-wom0 19 3Ltl0 'DN NOISN3tl NONdIY0530 A8 31Y0 'ON NOIS
� La
O Q U m W K
d � ik'w Q O� p pQ J4i M
���SB wav6�i wQUa� pJ� O
o g mww >�c�xz =N�c9 zz�
W 0
o
w m 8� a 8�5 wmcW�i}z aZ � JJJ zU
z� rNci Q�a� LU W
W II'�'•+b�8� zm <>= ag���.• xol...lpx
Q
W ww�0= W>dZm� H&NU QQa
=vwi0�30 O�WCJZ DO-HW
N�ni ZHHVI��
Ali tt
�oo o9l -(x).NL (V)p9l (k)A96�
N � z
I I I I ln3w�nva eo 3�a3
a
ss, avoa )uNnoo
� � � w I 1N3N34Vd,o�a3
tlt — �
of $
S
a
X
X
g sao!naag 5uuaaut5u3}o ;uawpodap
,p Svx31 9141-1)cm OVONVIS 1=1
el-4-0 d01133H5 I1S121HJ Sl1d210? {o dll�
o 11VAG 08VOWIS
NOa Vod5NtlaL ���11A CN N K 3
d0 1N3wLatld30 StlX3L -'� 9
1 V433Y1cG l 3N11 umm 98b Hs y
NONdIa090 AB 31tl0 'ON N01SA38 NOudIa090 AS 3Ltl0 'ON NGI-
dam � � 8�sbg o
asa0Y coo s
c� E5-• &88880 "' ° ° ~- 4xm O "ISO
6 _ ax.x Vim` o - � Zw
� g Z O
g_$b _ g $ 85ax ogxk �s �w`o E 0- CL
o —a
• §
sm:�goLu
oQc7
gig
28Y>� WW
o
**J o LLId
ry
-------------------------------------'— -------------------------------
___soli�twl-lo-NPla._
¢3Q
W
V611 OOS ua o uol Xi
W O - �16u 0o0p"�OZ •ulw.OSI aoo05 N�oM 0 ,£/I p I 40wnOS poi%
� a�xow Aol- •.'{.;`�l��.u!W 20 D
V) O
• Aao lOOVs • • • U Z
O o
- - - - - - - - - - - - - - IL J
u U w
—w°us 2 0
w
av1�°uou os Boa x "g " - '
3
5m`€am o
`mmoo�'-'OgNo
g553 < rv.gF �x«[-8"€° :boom €4m "<
58�
t
- a �
-
W e a 1��os�a o goy%£ - W
g J m �¢eaou aesl •ulw,OSL s y�oM e ,£XI unenos
6ulooav oz o
ao neo1W ur O o
•xow.001- A[ 2 0
Z o
a a
-^- - - - - - - - - - - - W '-
CJ 0- U y
U Q
VeG IOo45 ~ a- C
Ln
O
uap°�nano yob%C / Y V
sal 44p OS poi X « kaa g 0
a's? -%gF _gFbg �s Ng g Eg
40p1 Os uan poi X£ IMu OS uo.%£ ap
a 4bu Os col% "o S xmpl Otu p5 goy% � m
o rulw�p�l.i __ W
O
�eD10oV5 2 5
U7 p
a a � 0
-C> W O
za
■■ wcll,ous o_ W U U.c
a N
€` m� L o
m g O
F
va�eo�{Dula lOvu ea0 uo valme�aoe oul,ol�o v ouuo. ao oy—s v1Va to
�Ivuenuov"Y1Ae <all 1-.' d Cul�eau10u3°axl°p1..1 Oauueno6jnOe1�0�Woav e1Va Ioeiv W1WIX :31V0
Ao .In �a3wn,°sly g
4
S
X
APPENDIX 4 - SUE REPORT
ADDENDUM No. 1
TEST HOLE DATA REPORT ATTACHMEN No. 4
(((///...��jjj... PAGE 1 of 42
TEST HOLE NO: 1 k 2 umit y CLIENT TEST HOLE NO:
TEST HOLE DATE: 12/14/2023 \\`\ engineers SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com 286 TEXAS AND WEBER RD
MAP SITE PHOTO
ygI�� i'r M
f _
RAIL =1
rrsiir. --
_.y.
�' e4 +f
Ot V'H
IN
_ {�
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
a"
REFERENCE MARKER fp'
EL-
M
1� t,
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE WATER MAIN NORTHING 17140473.68
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1322766.656
HDPE)
UTILITY DIRECTION EAST-WEST ELEVATION 29.963
UTILITY WIDTH(FIELD) - LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 16.00" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 7.36' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 22.60 •• 1t
APPARENT BOTTOM OF UTILITY - ~ +�
SURFACE
TYPE NATURAL GROUND + � � ��
THICKNESS SHAUNA WEINMANN
REMARKS: 123027
TARGET UTILITY FOUND;GROUND WATER INTRUSTION PREVENTED THE CREW FROM � E �
AV
GETTING A CLEAR PICTURE OF THE EXPOSED PIPE.THE CREW DID SEE THE PIPE 5y �
BEFORE THE HOLE FILLED WITH WATER,UNABLE TO CONFIRM PIPE WIDTH. � L
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
FATTACHMENT
NDUM No. 1
TEST HOLE DATA REPORT No 4
/� 2 of 42
TEST HOLE NO: 1A ', T2 utility CLIENT TEST
TEST HOLE DATE: 12/14/2023 \�`` engineers SUE CREW/TRU
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT wvwv.T2ue.com 286 TEXAS AND WEBER
MAP SITE PHOTO
fJ }I
� r
lR1RJ 3r
.—
a 4 L i,..
/�
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER f'
El
U- F
f
�
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER MAIN NORTHING 17140473.45
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1322785.498
HDPE)
UTILITY DIRECTION EAST-WEST ELEVATION 28.929
UTILITY WIDTH(FIELD) 16" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 16" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 4.10' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY \\
TOP OF UTILITY 24.83
APPARENT BOTTOM OF UTILITY - AAW
SURFACE
TYPE NATURAL GROUND ------
THICKNESS --SHAUNA WEINMANN /
rrrarrrrrrarrrrrr■rrrrrrrrrrr�
REMARKS:
123027
THE CREW OBSERVED A METAL CAP WRAPPED IN PLASTIC ON THE END OF THE 161, � {GEI`I AV
WATER MAIN.THE PIPE TERMINATES 1.6'EAST OF THE HUB MARKER. '10
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ATTACHMENT No. 4
(((///...���JJJrrr PAGE 3 of 42
TEST HOLE NO: 3 % 12 utility CLIENT TES .
TEST HOLE DATE: 12/18/2023 \\`\ engineers SUE CREW/TRUCK NO: PL,DS/551574
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT vv w.T2ue.com
MAP SITE PHOTO
{
.-
IR—
�s ua
�s
l T.
' 11 J
:J is
z s.
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKF�.
EL.
�M
W
4 Z �
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER MAIN NORTHING 17140402.3
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1327820.S17
HDPE)
UTILITY DIRECTION EAST-WEST ELEVATION 24.961
UTILITY WIDTH(FIELD) 16" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 16.00" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 4.98' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 19.98
APPARENT BOTTOM OF UTILITY -
SURFACE !�
TYPE NATURAL GROUND �k
l�irwrsrwrsrr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
Vk�
er���r��s �•rry�/
/
REMARKS: 123027 Q-,
LENS- ti OF
ro
THE CREW DID NOT FIND THE 90°BEND IN THE WATER MAIN. 11
ZIL �
%� #�`
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE: G L
REVIEWED BY: CHECKED BY:
ATTACHMEN
TEST H///0������rrrLE DATA REPORT PAGE 4 of 42T No. 4
TEST HOLE NO: 4 „ 2 umit y CLIENT TEST H
TEST HOLE DATE: 12/18/2023 \\`` engineers SUE CREW/TRUCK NO: PL,DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT w .T2ue.com
MAP SITE PHOTO
Weber •
I .
i 6
r �
'i. A..cg 4
4!• exas ce. �. Y.
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
�
REFERENCE MARKER
EL. 1111111AR
.'Y Ap
o ', '
m
r-
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE WATER MAIN NORTHING 17140369.23
UTILITY MATERIAL EASTING 1327800.955
UTILITY DIRECTION ELEVATION 24.703
UTILITY WIDTH(FIELD) LOCATION
UTILITY WIDTH(RECORD) MARKED BY ROD&CAP
APPARENT UTILITY OWNER STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY OFFSET FROM
BOTTOM OF UTILITY
ELEVATION OF UTILITY
TOP OF UTILITY
APPARENT BOTTOM OF UTILITY -
SURFACE r
TYPE NATURAL GROUND r uwrr�&------- + �
THICKNESS R SHAUNA WEINMANN I
REMARKS: ; 123027
Am
THE CREW CLEARED TO A DEPTH OF 7.30'AND DID NOT FIND THE TARGET UTILITY.THE '+ E � �"
VALVE NEXT TO THE TEST HOLE LOCATION WAS APPROXIMATELY 10'DEEP. + NAL4w
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT °
ATTACHMENT No. 4
TEST HOLE NO: 5 CLIENT TEST HO P. GE 5 of 42
TEST HOLE DATE: 12/13/2023 engineer SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT vv w.T2ue.com 286 TEXAS AND BAY AREA DR
MAP SITE PHOTO-FACING WEST
=2
4�
g
PROD#" 7
Qj
Gar
lfTi# :S
MpT•L����_
9
pfcPTlt��~_ �3
^ a
r
-LjP�9.0914��lirtobakm.Texas General Lana Office.U.S.Gec
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
R REFERENCE MARKE
EL.
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER MAIN NORTHING 17142172.51
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1323226.233
HDPE)
UTILITY DIRECTION EAST-WEST ELEVATION 28.809
UTILITY WIDTH(FIELD) 8" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 8.001, MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 4.16' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 24.65
APPARENT BOTTOM OF UTILITY -
SURFACE
TYPE NATURAL GROUND � � + � •;�iw�
THICKNESS SHAUNA WEINMANN I
REMARKS: L
123027
DUG ON MARKS AND FOUND TARGET UTILITY. �N G�
+ flit
REVISION NOTES: UPDATED COORDINATES r�/�O/r�Or�
REVIEWED DATE: CHECKED DATE: REVISION DATE: L L LY
REVIEWED BY: CHECKED BY:
ADDENDUM No.1
TEST HOLE DATA REPORT ATTACHMENT No. 4
Q12
PAGE 6 of 42
TEST HOLE NO: 5A umity CLIENT TEST HOLE NO:TEST HOLE DATE: 12/13/2023 l SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
286 TEXAS AND BAY AREA DR
REPLACEMENT www.T2ue.com
MAP SITE PHOTO-FACING WEST
r
-. . !
5-5
ri+ opStu
p144b#. '
-
OEP7H`, =6
; .
MIT ITT
�.
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
v�
REFERENCE MARKER
•� V
� r .
tD
.-i
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE FIBER OPTIC NORTHING 17142173.1
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1323226.421
HDPE)
UTILITY DIRECTION EAST-WEST ELEVATION 2&909
UTILITY WIDTH(FIELD) 2" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 1.69' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 27.22
APPARENT BOTTOM OF UTILITY -
SURFACE
TYPE NATURAL GROUND � � + � •;�iw�
THICKNESS SHAUNA WEINMANN I
REMARKS: L P
123027 VAP
FOUND UTILITY LINE IN SAME LOCATION AS TH 5. �N G�
+ %lit
REVISION NOTES: UPDATED COORDINATES 2/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: L G L LY
REVIEWED BY: CHECKED BY:
ATTACHMEN
TEST HOLE DATA REPORT PAGE 7 of 42T No. 4
TEST HOLE NO: 6 wff 2 u I I l Y CLIENT TEST H .
TEST HOLE DATE: 12/14/2023 \`� engineers SUE CREW/TRUCK NO: PL,DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
CHURCH UNLIMITED
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
} ag
E
I Tg
nuo�lla�� =S
T1L — =4
sE.a�T
i
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER ¢
MISSING SEC1 oh TV"
•L"10L "CTIOURECTO,
• • 0
•
..
r+.
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE WATER MAIN NORTHING 17142506.27
UTILITY MATERIAL UNKNOWN EASTING 1323344.03
UTILITY DIRECTION ELEVATION 28,161
UTILITY WIDTH(FIELD) LOCATION SOUTH EDGE
UTILITY WIDTH(RECORD) MARKED BY ROD&CAP
APPARENT UTILITY OWNER STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY OFFSET FROM
BOTTOM OF UTILITY
ELEVATION OF UTILITY
TOP OF UTILITY `
•, r i�+,
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE NATURAL GROUND ru•••rr•u---------- ..r+ •
THICKNESS SHAUNA WEINMANN I
REMARKS: ; 123p2
�cl•.
CI�`ENS��
THE CREW DUG DOWN TO 6.00'AND DID NOT FIND THE TARGET UTILITY. +44
%
AL .4"w
REVISION NOTES: UPDATED COORDINATES&PHOTOS. 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
AnnFNn[JM No-1
TEST HOLE DATA REPORT ATTACHMENT No. 4
(((///...���jjjrrr PAGE 8 of 42
TEST HOLE NO: 7 k 2 u• CLIENT TEST HOLE ity NO:
-\cz
TEST HOLE DATE: 12/14/2023 engm leers SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 75665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
286 TEXAS AND BAY AREA DR
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
IIVPf,n
i N
MI71
�r!I
/AD
- I _
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING EAST
REFERENCE MARKS ,
E L.
-Y
� r�•r�i
y; �}
:R L
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE TELECOM NORTHING 17142959.35
UTILITY MATERIAL DIRECT BURY EASTING 1323476.141
UTILITY DIRECTION EAST-WEST ELEVATION 22.69
UTILITY WIDTH(FIELD) 2.5" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 1.47' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 21.22
APPARENT BOTTOM OF UTILITY - i
SURFACE # ��
TYPE NATURAL GROUND � � + � •;�iw�
THICKNESS SHAUNA WEINMANN I
REMARKS: L
123p27
+ \iL
REVISION NOTES: UPDATED COORDINATES 2/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: L G L LY
REVIEWED BY: CHECKED BY:
ADDENDUM No.1
TEST HOLE DATA REPORT A I I ACHMENT Nol
(((///...���JJJrrr ` PAGE 9 of 42
TEST HOLE NO: 7A .' ��Ul�l�l� CLIENT TEST :
TEST HOLE DATE: 12/19/2023 \\`\ engineers SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT vv w.T2ue.com 286 TEXAS AND BAY AREA DR
MAP SITE PHOTO
DATE
i I'{tRJll
IE.N
urlL
A
b
1
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER
E L.
Ln
'n
C .
F
--r
f ,+
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE FIBER OPTIC NORTHING 17142945.51
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1323472.217
HDPE)
UTILITY DIRECTION EAST-WEST ELEVATION 23.153
UTILITY WIDTH(FIELD) 2" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER UNKNOWN STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 2.55' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 20.60
APPARENT BOTTOM OF UTILITY -
SURFACE
TYPE NATURAL GROUND � � + � •;�iw�
THICKNESS SHAUNA WEINMANN I
REMARKS: L
123027 V��
CIENS �
+ 1111% `
REVISION NOTES: UPDATED COORDINATES 2/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: G G LY
REVIEWED BY: CHECKED BY:
ADDENDUM No.1
TEST HOLE DATA REPORT PAGE 10of42
TEST HOLE NO: 8 ,.l 2 umit y CLIENT TEST HOLE NO:
TEST HOLE DATE: 12/19/2023 \\\\\\"`"` engineers SUE CREW/TRUCK NO: PL,DS/551417
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT w .T2ue.com
MAP SITE PHOTO
f ,
.T2.0
• • •
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER `''''` a :F
r4
0)
lD
3 - •''' tom'`~, '~- .
7¢y J.
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE WATER MAIN NORTHING 17142949.91
UTILITY MATERIAL EASTING 1323499.593
UTILITY DIRECTION ELEVATION 22.524
UTILITY WIDTH(FIELD) LOCATION
UTILITY WIDTH(RECORD) MARKED BY ROD&CAP
APPARENT UTILITY OWNER STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY OFFSET FROM
BOTTOM OF UTILITY
ELEVATION OF UTILITY
TOP OF UTILITY
APPARENT BOTTOM OF UTILITY -
SURFACE r ��
TYPE NATURAL GROUND r uwrr�&------------
+ �
THICKNESS SHAUNA WEINMANN I
REMARKS: ; 123p2
CI ENS7
THE CREW DUG TO A DEPTH OF 6.92'AND DID NOT FIND THE REQUESTED UTILITY. + %ONAL .4"w
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
(ATTACHM
TEST HO
LE DATA REPORT PAGE 1 oE4 No. 4
TEST HOLE NO: 9 CLIENT TEST HOLE NO:
TEST HOLE DATE: 12/19/2023 ngineers, SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
286 TEXAS AND BAY AREA DR
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
SO
USII �
f S4Y# -4
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
r r
REFERENCE MARKER
EL.
M IL
"
NUC
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE TELECOM NORTHING 17142951.45
UTILITY MATERIAL DIRECT BURY EASTING 1323S12.413
UTILITY DIRECTION NORTH-SOUTH ELEVATION 21.714
UTILITY WIDTH(FIELD) 2" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 2.13' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 19.58 `
APPARENT BOTTOM OF UTILITY - i
SURFACE # ��
TYPE NATURAL GROUND � � + � •;�iw�
THICKNESS SHAUNA WEINMANN I
REMARKS: L
123p27
DID NOT FIND TARGET UTILTY,PROBED TO 7.5 FT.WHILE EXCAVATING CAME ACROSS ENSC �
NON TARGET UTILITY,AS DESCRIBED IN THIS REPORT. %M\AL �_;P.4.
REVISION NOTES: UPDATED COORDINATES n/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: L L LY
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ATTA!1,2
MENT No. 4
((( ♦♦♦ PAGE of 42
TEST HOLE NO: 10 .' ��V+III♦y CLIENT TEST HOLE NO:
TEST HOLE DATE: 12/14/2023 \\`\ engln to ity SUE CREW/TRUCK NO: PL,DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
r iQ Y -
190
s
'�. rtii}�2uiww ti
V411
JL--
LM111K `-
} i
�2
i+
Fg
b
f�
i
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING SOUTH
REFERENCE MARKER
EL. 7
�ci
kD
.-+
�,1�., . •^"fit. ,� rt
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE TELECOM NORTHING 17142993.5
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1323530.251
HDPE)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 21.925
UTILITY WIDTH(FIELD) 4" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 1.66' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 20.27
APPARENT BOTTOM OF UTILITY - r ,
SURFACE !�
TYPE NATURAL GROUND �k
I�irwr�rrw�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
00
�r��er���r��rrr��•rrri�/
REMARKS: 123027
Ibis,� CICENS�� `�
t�\AL
Vk
� #
REVISION NOTES: UPDATED COORDINATES 2/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: L G LY
REVIEWED BY: CHECKED BY:
ADDENDUM No.1
TEST HOLE DATA REPORT ATTACHMENT No. 4
PAGE 13 of 42
\\
TEST HOLE NO: 10A ..///���T2 uwity CLIENT TEST FiCTEM
TEST HOLE DATE: 12/14/2023 `\ engineers SUE CREW/TRUCK NO: PL,DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
1.
REFERENCE (VIARKFR
V
w
d O
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE TELECOM NORTHING 17143004.61
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1323527.075
HDPE)
UTILITY DIRECTION EAST-WEST ELEVATION 22.113
UTILITY WIDTH(FIELD) 3.5" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 2.44' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 19.67
APPARENT BOTTOM OF UTILITY - r ,
SURFACE !�
TYPE NATURAL GROUND �k
irwr�rr-----rrarrrr--ldI
THICKNESS SHAUNA WEINMANN I
�r �er���r��rrr��•rrri�/
REMARKS: 123027 Q-,
w
CICENS G�
ANKC
REVISION NOTES: UPDATED COORDINATES n/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: G G G LY
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ADDENDUM No.1
Q!2uwity
ATTACHMENT No.
TEST HOLE NO: 13 CLIENT TEST HOLE PAGE 14 of 42
TEST HOLE DATE: 12/20/2023 ngineers SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
SH 286 AND LONDON FAMILY RD
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
4
432 J +T2 ys,c
7 !DATE
e T.N.# 1�A
UTIL c ►ti
RIAT'L
kx 3 SIZE
OF.
1 C
NEW^
286
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER
E L.
o
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE GAS MAIN/PIPELINE NORTHING 17135080.81
UTILITY MATERIAL METALLIC(IRON, EASTING 1322694.929
STEEL,COATED)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 27.262
UTILITY WIDTH(FIELD) 8" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 8.001, MARKED BY ROD&CAP
APPARENT UTILITY OWNER SOUTH SHORE STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 7.00' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 20.26
APPARENT BOTTOM OF UTILITY - r ,
SURFACE !�
TYPE NATURAL GROUND �k
irwr�rrw�rrwrrrwd"16 r
THICKNESS SHAUNA WEINMANN I
�r �er���r��rrr��•rrri�/
REMARKS: 123027 IQ-,
w
TARGET UTILITY FOUND. .$` :N
10
REVISION NOTES: UPDATED COORDINATES 2/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: L G LY
REVIEWED BY: CHECKED BY:
ADDENDUM No.1
TEST HOLE DATA REPORT
PAGE 15 of 42
TEST HOLE NO: 13A Q12
umity CLIENT TEST HOLE NO:
TEST HOLE DATE: 12/20/2023 gineers SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
SH 286 AND LONDON FAMILY RD
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
2 �
43 22 iIATE _1 ,�U
T.H.#
UTIL
fAArL_?
SIZE S
c UEPTN> � 4
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER
E L.
u�
m
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE TELECOM NORTHING 17135082.92
UTILITY MATERIAL DIRECT BURIED EASTING 1322695.285
CABLE
UTILITY DIRECTION NORTH-SOUTH ELEVATION 27.342
UTILITY WIDTH(FIELD) 0.5" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER UNKNOWN STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.25' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 24.09
APPARENT BOTTOM OF UTILITY -
SURFACE !�
TYPE NATURAL GROUND >Ak
irwr�rwr�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r��er���r��rrr��•rrri�/
REMARKS:
123027
w
CI-ENS 01V
TARGET UTILITY FOUND.BOARD PHOTO READS INCORRECT,IS"13A" .$` ■ G�
NAL
REVISION NOTES: UPDATED COORDINATES 2/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: L G L LY
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ADDENDUM No.D
Q12
ATTACHMENT N
TEST HOLE NO: 13B uwity CLIENT TEST HOLE N : PAGE 1G Of 42TEST HOLE DATE: 12/18/2023 ngin leers SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
COUNTY ROAD 45 AND LONDON FAMILY RD
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
ow
�P
a
u 43 3
is
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
y /
REFERENCE MARKER
L. �, f
� T
I
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER SERVICE NORTHING 17135093.8
UTILITY MATERIAL METALLIC(IRON, EASTING 1322709.887
STEEL,COATED)
UTILITY DIRECTION EAST-WEST ELEVATION 28.656
UTILITY WIDTH(FIELD) 2" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 2.00" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.72' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 24.94
APPARENT BOTTOM OF UTILITY -
SURFACE !�
TYPE NATURAL GROUND >�k
irwr�rwr�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN00
I
�r��er���r��rrr��•rrri�/
REMARKS:
1231027 Q-,
-ENS- ti r900
TARGET UTILITY FOUND.BOARD PHOTO READS INCORRECT IS"13B" �
tka%1�C
REVISION NOTES: UPDATED COORDINATES 2/20/202Y
^
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
ADDENDUM No.1
TEST HOLE DATA REPORT ATTACHMENT No. 4
Q
PAGE 17 of 42
TEST HOLE NO: 13C ��u+III+yCLIENT TEST HOLE NO:
TEST HOLE DATE: 12/20/2023 engln to ity SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
SH 286 AND LONDON FAMILY DR
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
q
- 4s �2 5
s f3ATk M
T.H.#
UTIL
NIRT'L
•, ,,:. 81ZE
Y
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NORTH
REFERENCE MARKFR
EL. 7, r r
� r3
Ln
Q1
n, 00"
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE TELECOM NORTHING 17135081.36
UTILITY MATERIAL DIRECT BURY EASTING 1322698.28
UTILITY DIRECTION NORTH—SOUTH ELEVATION 27.381
UTILITY WIDTH(FIELD) 0.50" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.95' OFFSET FROM
BOTTOM OF UTILITY —
ELEVATION OF UTILITY
TOP OF UTILITY 23.43
APPARENT BOTTOM OF UTILITY — r ,
SURFACE !�
TYPE NATURAL GROUND >�k
I�irwr�rrw�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r��er���r��rrr��•rrri�/
REMARKS: 123027
w
BOARD PHOTO INCORRECT IS"13C" .` :N G� �`
NAL
REVISION NOTES: UPDATED COORDINATES 2/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: L G LY
REVIEWED BY: CHECKED BY:
ADDENDUM No.1
TEST HOLE DATA REPORT PAGE 18 of 42
\\
TEST HOLE NO: 14 „ ������rrr 2 umity CLIENT TEST HOLE NO:
TEST HOLE DATE: 12/16/2023 `` engineers SUE CREW/TRUCK NO: PL,DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
�ry
22 43
296
•
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER 1' ,
L. i {
I . .
.,
r.I O b -x
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE TELECOM NORTHING 17135081.07
UTILITY MATERIAL DIRECT BURY EASTING 1322606.028
UTILITY DIRECTION NORTH-SOUTH ELEVATION 27538
UTILITY WIDTH(FIELD) 2" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 2.25' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 25.29
APPARENT BOTTOM OF UTILITY -
SURFACE r ��
TYPE NATURAL GROUND r uwrr� ------------
THICKNESS SHAUNA r
hEINMANN I
REMARKS: ; 123p2
CIC ENS7
TARGET UTILITY FOUND. + %ONAL .4"w
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
ADDENDUM No.1
_fATTAGHMENT No. 4'
TEST HOLE DATA REPORT
(((///...���JJJrrr PAGE 19 of 42
TEST HOLE NO: 14A .' ��V+'II�Y CLIENT TEST HOLE NO:
TEST HOLE DATE: 12/18/2023 \\`\ engin lleery, SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
COUNTY ROAD 45 AND LONDON FAMILY RD
REPLACEMENT vv w.T2ue.com
MAP SITE PHOTO
�T2
.r TE
bi- y Div
1ITIL
.44 Mk"L '
:.1tE
R€YJ
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER
EL. 71
w
r-;
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER SERVICE NORTHING 17135082.19
UTILITY MATERIAL METALLIC(IRON, EASTING 1322594.391
STEEL,COATED)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 28.428
UTILITY WIDTH(FIELD) 3.5" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 2.50" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.11' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 25.32
APPARENT BOTTOM OF UTILITY -
SURFACE ' !�
TYPE NATURAL GROUND �k
irwr�rwr�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r��er���r��rrr��•rrri�/
REMARKS:
123027
BOARD PHOTO SHOULD READ"14A" :N ``
NAL
REVISION NOTES: UPDATED COORDINATES 2/20/`'02Y
REVIEWED DATE: CHECKED DATE: REVISION DATE: G G
REVIEWED BY: CHECKED BY:
AnnENIDI IRA kin 1
TEST HOLE DATA REPORT ATTACHMENT No. 4
(((///...���JJJrrr (PAGE 20 of 42
TEST HOLE NO: 16 " 12uwity
CLIENT TEST HOLE NO:
TEST HOLE DATE: 12/12/2023 ` ngineer$ SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT vv w.T2ue.com COUNTY ROAD 45 AND S STAPLES ST
MAP SITE PHOTO
[iATE -4
Texas Geri -- w
44Tti S
NIIIl'{
HEP'[VI '
' r
4:
"_ .
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER `
E L. 71
cri
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE GAS MAIN/PIPELINE NORTHING 17129642.21
UTILITY MATERIAL METALLIC(IRON, EASTING 1322369.SS1
STEEL,COATED)
UTILITY DIRECTION EAST-WEST ELEVATION 26.438
UTILITY WIDTH(FIELD) 16" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 16" MARKED BY ROD&CAP
APPARENT UTILITY OWNER ENTERPRISE STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.68' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 22.76
APPARENT BOTTOM OF UTILITY -
SURFACE !�
TYPE NATURAL GROUND �k
irwr�rwr�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r��er���r��rrr��•rrri�/
REMARKS:
123027
THE PIPELINE OPERATOR'S WATCH AND PROTECT CONFIRMED THAT THE PIPE IS 16"AND ` <lCENS- /"C A w
ADVISED THE CREW NOT TO EXPOSE ANYMORE OF THE PIPE. N�ar
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE: L G L
REVIEWED BY: CHECKED BY:
TEST HQ12
OLE DATA REPORT PAGE 21 of ATTACHMENT No. 4
TEST HOLE NO: 16A uwity CLIENT TEST HO :
TEST HOLE DATE: 12/12/2023 ngineers, SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com COUNTY ROAD 45 AND S STAPLES ST
MAP SITE PHOTO
- 117.
_t s]ATE
11TIL — —
MAT L' —
Sin
GREW
k � s
•• At�. �a_'• .
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER
E L. 7,
RR .
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE GAS MAIN/PIPELINE NORTHING 17129691.94
UTILITY MATERIAL METALLIC(IRON, EASTING 1322377.358
STEEL,COATED)
UTILITY DIRECTION EAST-WEST ELEVATION 26.379
UTILITY WIDTH(FIELD) 8" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 8.001, MARKED BY ROD&CAP
APPARENT UTILITY OWNER DCP MIDSTREAM STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.40' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 22.98
APPARENT BOTTOM OF UTILITY -
SURFACE
TYPE NATURAL GROUND � � + � •;�iw�
THICKNESS SHAUNA WEINMANN I
REMARKS: L P
123027 VAP
BASED ON TEXAS RAILROAD COMMISSION GIS VIEWER,THIS APPEARS TO BE AN ENS
ABANDONED 8"DCP MIDSTREAM PIPELINE.BOARD PHOTO SHOULD READ"16A"
REVISION NOTES: UPDATED COORDINATES 2/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: L G LY
REVIEWED BY: CHECKED BY:
=DIJM No-1
TEST HO
LE DATA REPORT PAGE 22 ATTACHMENT
No. 4
TEST HOLE NO: 17 utwt CLIENT TEST HOL .
TEST HOLE DATE: 12/19/2023 engineer SUE CREW/TRUCK NO: PL,DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
286 TEXAS AND BAY AREA DR
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
n,
9 nl
-
w ..q
f ai
2444
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER
EL. 71
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE WATER MAIN NORTHING 17127242.69
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1322169.014
HDPE)
UTILITY DIRECTION EAST-WEST ELEVATION 27AD3
UTILITY WIDTH(FIELD) 6" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 6.00" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 4.16' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 23.24
APPARENT BOTTOM OF UTILITY -
SURFACE * !�
TYPE NATURAL GROUND + •------- rr+
THICKNESS SHAUNA -EINMANN I
r��sy«�•rry�/
REMARKS: 123027
.W 01V
TARGET UTILITY FOUND SNAL
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE: G G
REVIEWED BY: CHECKED BY:
EPAGE
M No.1
TEST HOLE DATA REPORT °
[[[///���'''���{{{rrr f 42
TEST HOLE NO: 18 ,. f 2umit CLIENT TES
TEST HOLE DATE: 12/19/2023 \\`` enginee�i SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
S STAPLES ST AND COUNTY ROAD 45
REPLACEMENT w .T2ue.com
MAP SITE PHOTO
a 1
y ,
* _ PnuyYr#,�p M•y. .Y--- :r1:_Vrj
MIL 5
I �
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER
EL ,.
w
�D
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE EXPLORATORY NORTHING 17127166.6
UTILITY MATERIAL EASTING 1322169.389
UTILITY DIRECTION ELEVATION 27.878
UTILITY WIDTH(FIELD) LOCATION
UTILITY WIDTH(RECORD) MARKED BY WOODEN STAKE
APPARENT UTILITY OWNER STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY OFFSET FROM
BOTTOM OF UTILITY
ELEVATION OF UTILITY _
TOP OF UTILITY
APPARENT BOTTOM OF UTILITY
SURFACE ��*
TYPE NATURAL GROUND + � --------
THICKNESS SHAUNA WEINMANN I
REMARKS: 123027
,,R
-EW 01V
THE CREW DUG TO 6.16'AND DID NOT FIND THE UTILITY. % NAL
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
ADDENDUM No.1
TEST HOLE DATA REPORT TAUHMEN 1 o. j
ff
PAGE 24 of 42
TEST HOLE NO: 19A „ 2utility CLIENT TEST HOLE NO:TEST HOLE DATE: 12/17/2023 \\ engin leery SUE CREW/TRUCK NO: PL DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
NORTH 286 AND S STAPLES
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
4- =2 ,LIATE
UTIL x.Ww
-ry gl IMAT'L rA�4__�
1_7 'SIZE de
0 PTH
/` -s CgEpl
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
s
REFERENCE MARK[I
E L.
C'4
Ln
M
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE TELECOM NORTHING 17127132.35
UTILITY MATERIAL DIRECT BURY EASTING 1322653.407
UTILITY DIRECTION EAST-WEST ELEVATION 27,563
UTILITY WIDTH(FIELD) 1" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.52' OFFSET FROM
BOTTOM OF UTILITY
ELEVATION OF UTILITY
TOP OF UTILITY 24.04 `
APPARENT BOTTOM OF UTILITY - i
SURFACE
TYPE NATURAL GROUND r uwrr�u------------ r• �
THICKNESS SHAUNA WEINMANN I
REMARKS: ; I23p2
CI ENS7
TARGET UTILITY FOUND. + %
AL .4"w
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
- DnENDI IRA No
TEST HOLE DATA REPORT nPAGE
HMENT No 4
(((///��♦♦♦ 5 of 42
TEST HOLE NO: 19B .. T2 umity CLIENT TEST H
TEST HOLE DATE: 12/18/2023 \\`\ engineers l SUE CREW/TRUCK NO: PL DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
TX 286
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
=8
=T
Y —' =4
-2
1
_
x.x t4a� _e
ZEOut
=r
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKF , 7+ t 1 y
�rl
00 l
Uri
r
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE WATER MAIN NORTHING 17127131.56
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1322651.154
HDPE)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 27.882
UTILITY WIDTH(FIELD) 6" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) UNKNOWN MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 5.48' OFFSET FROM
BOTTOM OF UTILITY
ELEVATION OF UTILITY
TOP OF UTILITY 22.40
APPARENT BOTTOM OF UTILITY -
SURFACE !�
TYPE NATURAL GROUND �k
irwr�rwr�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r��er���r��rrr��•rrri�/
REMARKS:
1231027 w
-ENS- 01V
/"Ia A
\Ai1► #�r
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE: G L
REVIEWED BY: CHECKED BY:
ADDENDUM No. 1
TEST HOLE DATA REPORT o 4
[[[///jjj PAGE 26 of 42
TEST HOLE NO: 21 '. ��u•IIIty CLIENT TEST HO
TEST HOLE DATE: 12/15/2023 \\`\ engineers SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com COUNTY ROAD 45 AND S STAPLES ST
MAP SITE PHOTO
■h1"L ^ti� _-i
-S
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NORTH
REFERENCE MARKER
EL 71CD
N
9 . .
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE ELECTRIC NORTHING 17127135.37
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1322731.809
HDPE)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 27.856
UTILITY WIDTH(FIELD) 2.5" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER TXDOT STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 2.00' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 25.86 `
APPARENT BOTTOM OF UTILITY - r �� i++i
SURFACE
TYPE NATURAL GROUND + � +�-bod"+
THICKNESS SHAUNA WEINMANN
�r��er���r��rrr��•rrri�/
REMARKS: 123027 �
err
TARGET UTILITY FOUND. ` G� &
t�\ L `ar
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
ADDENDUM No. 1
TEST HOLE DATA REPORT ATTACHMENT No 4
Q12
PAGE 27 of 42
TEST HOLE NO: 22 uwity CLIENT TEST HOL .
TEST HOLE DATE: 12/17/2023 ngineers SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com COUNTRY ROAD 45 AND S STAPLES ST
MAP SITE PHOTO
_— IL 4O
JP
� {x
T 11YHill.
Texas General Land Office
$ r
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER
EL. 71
4.-
Co
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE GAS MAIN/PIPELINE NORTHING 17127136.22
UTILITY MATERIAL METALLIC(IRON, EASTING 1322807.478
STEEL,COATED)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 27,523
UTILITY WIDTH(FIELD) 8" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 8.001, MARKED BY ROD&CAP
APPARENT UTILITY OWNER SOUTH SHORE STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 8.72' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 18.80
APPARENT BOTTOM OF UTILITY -
SURFACE !�
TYPE NATURAL GROUND �k
irwr�rwr�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r��er���r��rrr��•rrri�/
REMARKS:
123027
TARGET UTILITY FOUND. ` EW �� ``
NAL
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
ADDENDUM No. 1
TEST HOLE DATA REPORT ATTACHMENT No 4
PAGE 28 of 42
TEST HOLE NO: 23 ��qT2 utility CLIENT TEST HO
TEST HOLE DATE: 12/17/2023 \\`\ engineers SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
COUNTY ROAD 45 AND S STAPLES ST
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
7
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER,oil
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE FIBER OPTIC NORTHING 17127136.63
UTILITY MATERIAL DIRECT BURIED EASTING 1322892.133
CABLE
UTILITY DIRECTION NORTHEAST- ELEVATION 26.348
SOUTHWEST
UTILITY WIDTH(FIELD) 0.50" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 4.16' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 22.19
APPARENT BOTTOM OF UTILITY
SURFACE
TYPE NATURAL GROUND
THICKNESS SHAUNA WEINMA-N I
REMARKS:
123027
TARGET UTILITY FOUND. /"I
CENS-
REVISION NOTES: UPDATED COORDINATES
2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ADDENDUM 0'
Q12
ATTACHMEN No. 4
TEST HOLE NO: 24 uwity CLIENT TEST HOLE NO PAGE 29 of 42
TEST HOLE DATE: 12/17/2023 ngin leer$ SUE CREW/TRUCK NO: 114
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
i - PRGJ
- - UTIL
-� CkEw1
3
Er
ON _
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARK[R
EL. � +'
F— atia -
(14
C9
_ w M
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER MAIN NORTHING 17127174.39
UTILITY MATERIAL METALLIC(IRON, EASTING 1327218.966
STEEL,COATED)
UTILITY DIRECTION EAST-WEST ELEVATION 22.849
UTILITY WIDTH(FIELD) - LOCATION SOUTH EDGE
UTILITY WIDTH(RECORD) 48.00" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 5.32' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 17.53
APPARENT BOTTOM OF UTILITY -
SURFACE !�
TYPE NATURAL GROUND �k
irwr�rwr�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r �er���r��rrr��•rrri�/
REMARKS: /
123027 Q-,
UNABLE TO EXPOSE PIPELINE TO DETERMINE FULL WIDTH DUE TO GROUND WATER.THE �` C ENS
�5�
DEPTH WAS DETERMINED BY PROBE FROM APPARENT CROWN. ANKC
REVISION NOTES: UPDATED COORDINATES 2/20�2024
REVIEWED DATE: CHECKED DATE: REVISION DATE: L L
REVIEWED BY: CHECKED BY:
ADDENDUM No. 1
TEST HOLE DATA REPORT o 4
PAGE 30 of 42
TEST HOLE NO: 25 ��qT2 utiiity CLIENT TEST H .
TEST HOLE DATE: 12/17/2023 \\`\ engineers l _ SUE CREW/TRUCK NO: PL,DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com
MAP SITE PHOTO-FACING EAST
2444
."� WKIMO
up".0.9911PkIhnologies.Texas General Land Office,U.S.Geoo]s
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING SOUTH
REFERENCE MARKER "'
EL.
i
� s
Ln
uiLF
�f , t
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE WATER MAIN NORTHING 17127200.78
UTILITY MATERIAL METALLIC(IRON, EASTING 1327387.625
STEEL,COATED)
UTILITY DIRECTION EAST-WEST ELEVATION 22.909
UTILITY WIDTH(FIELD) - LOCATION WEST EDGE
UTILITY WIDTH(RECORD) 48.00" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 5.56' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 17.35
APPARENT BOTTOM OF UTILITY so r 444
SURFACE # ,��
TYPE NATURAL GROUND *�} �
rrrirrrr�awrrar rwarrrrwrrlwr
THICKNESS OF
R SHAUNA WEINMANN I
REMARKS: ��"�*�"��'""w".""�'
123027
UNABLE TO EXPOSE PIPELINE TO DETERMINE FULL WIDTH DUE TO GROUND WATER.THE C/ Erg
DEPTH WAS DETERMINED BY PROBE FROM APPARENT CROWN. +%�\AL
' �
REVISION NOTES: UPDATED COORDINATES
2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
ADDENDUM No. 1
TEST HOLE DATA REPORT ATTACHMENT No 4
Q12
PAGE 31 of 42
TEST HOLE NO: 26 uwity CLIENT TEST HOLTEST HOLE DATE: 12/15/2023 ngin leer$ SUE CREW/TRUCK NO: PL,DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
=s�
4
3
24." Y
�g
g
5
;a
{t
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKER
EL.
O
III
f
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER MAIN NORTHING 17127205.06
UTILITY MATERIAL METALLIC(IRON, EASTING 1327682.783
STEEL,COATED)
UTILITY DIRECTION EAST-WEST ELEVATION 22.27
UTILITY WIDTH(FIELD) 48.00" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 48.00" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 5.30' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 16.97
APPARENT BOTTOM OF UTILITY - r ,
SURFACE !�
TYPE NATURAL GROUND �k
irwr�rrw�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r��er���r��rrr��•rrri�/
REMARKS: 123027 j
GROUND WATER INTRUSION PREVENTED THE CREW FROM GETTING PICTURE OF THE 4/C`EWS�
EXPOSED PIPE,GRADE ROD MEASUREMENT TAKEN FROM THE APPARENT TOP OF THE
PIPE. %%NAL _
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
ADDENDUM No. 1
TEST HOLE DATA REPORT ATTACHMENT No. 4
Q12
CLIENT TEST HO PAGE 32 of 42
TEST HOLE NO: 27 uwityTEST HOLE DATE: 12/15/2023 ngineers SUE CREW/TRUCK NO: PL,DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
-Y= s c � --
1�Ali
.
MAT•l ..--- ag
) �a
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING SOUTH
REFERENCE FVlA-KF",
EL.
Ln
LF
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER MAIN NORTHING 17127219.59
UTILITY MATERIAL METALLIC(IRON, EASTING 1327972.957
STEEL,COATED)
UTILITY DIRECTION EAST-WEST ELEVATION 21.905
UTILITY WIDTH(FIELD) - LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 48.00" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 4.52' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 17.39
APPARENT BOTTOM OF UTILITY -
SURFACE !�
TYPE NATURAL GROUND �k
irwr�rwr�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r �er���r��rrr��•rrri�/
REMARKS: /
123Q27 {���
UNABLE TO EXPOSE PIPELINE TO DETERMINE FULL WIDTH DUE TO GROUND WATER.THE ` CENS- 1C j,
DEPTH WAS DETERMINED FROM APPARENT CROWN. 1 �4r
LQ
REVISION NOTES: UPDATED COORDINATES 2/20/�T�024
REVIEWED DATE: CHECKED DATE: REVISION DATE: L L
REVIEWED BY: CHECKED BY:
ADDENDUM No. 1
TEST HOLE DATA REPORT ATTACHMENT �o. 4
((( ♦♦♦ PAGE 33 of 42
TEST HOLE NO: 28 „ ��V{'II{Y CLIENT TEST HOLE NO.
TEST HOLE DATE: 12/15/2023 \\`\ en �n lleerll SUE CREW/TRUCK NO: PL,DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
4
'k
--S
f � 9
h
j3
Fz
FI
r �9
isg
8
43
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
REFERENCE MARKFP, i Y'
EL.
OLF
Ln
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE WATER MAIN NORTHING 17127207.22
UTILITY MATERIAL METALLIC(IRON, EASTING 1328011.317
STEEL,COATED)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 21.919
UTILITY WIDTH(FIELD) - LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 42.00" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 5.10' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 16.82 `
APPARENT BOTTOM OF UTILITY - i
SURFACE # ��
TYPE NATURAL GROUND � � + � •;�iw�
THICKNESS SHAUNA WEINMANN �
REMARKS: L
123027
UNABLE TO EXPOSE PIPELINE TO DETERMINE FULL WIDTH DUE TO GROUND WATER.THE ENS
Ar
DEPTH WAS DETERMINED FROM APPARENT CROWN. 4%—NAL� #41W
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ADDENDUM N 1
ATTACHMENT o. 4
TEST HOLE NO: 28A %�(J2 u+Illy CLIENT TEST HOLE NPAGE 34
TEST HOLE DATE: 12/15/2023 \\`\ engm leers SUE CREW/TRUCK NO:
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com COUNTY ROAD 43 AND S STAPLES ST
MAP SITE PHOTO
c -
43
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY
J
REFERENCE MARKFR
EL.
w �
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER MAIN NORTHING 17127208.97
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1328102.733
HDPE)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 21,686
UTILITY WIDTH(FIELD) LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 8.001, MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.56' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 18.13 `
APPARENT BOTTOM OF UTILITY - i
SURFACE # ��
TYPE NATURAL GROUND � � + � •;�iw�
THICKNESS SHAUNA WEINMANN I
REMARKS: L
123rT27
TARGET UTILITY FOUND,HAND DUG LOCATION DUE TO SATURATED SOILS. ENS
GROUNDWATER PRESENT AT TEST HOLE LOCATION. NAL
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE: L G L L
REVIEWED BY: CHECKED BY:
1
TEST HOLE DATA REPORT EP11
TACHMENTjo. 4
TZ utility
TEST HOLE NO: 30 CLIENT TEST HG E 35 of 42
TEST HOLE DATE: 12/13/2023 engineers SUE CREW/TRUCK NO: PL.DS/551714
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
86 +IL .
ffnL _9
M
..SIZE A. 7
-4
,r
•
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NORTH
REFERENCE MART F. Y
E L. 71
" .;,a
0 f
7
ri wi
fir' •
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITY TYPE WATER MAIN NORTHING 17140656.46
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1322734.592
HDPE)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 29.215
UTILITY WIDTH(FIELD) 8" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.48' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 25.74 `
s, r Ott
APPARENT BOTTOM OF UTILITY - r i
SURFACE
TYPE NATURAL GROUND �k
------------
THICKNESS SHAUNA WEINMANN I
�r��er���r��rrr��•rrri�/
REMARKS: 123027
w
FOUND TARGET UTILITY. �.$` G�w
NAL
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE: L G
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT
Q12
ATTACHMENT o. 4
TEST HOLE NO: 31 uwity CLIENT TEST HOL NO: PAGE 36 of 42
TEST HOLE DATE: 12/13/2023 ngineers SUE CREW/TRUCK .
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
Fur F
f7
r r��
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NORTH
REFERENCE MARKER
E L. 71 ,�►
w
d-
r\
m
"1
l Y ~Y
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER MAIN NORTHING 17140667.03
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1322736.685
HDPE)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 29A92
UTILITY WIDTH(FIELD) 8" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.74' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 25.45
APPARENT BOTTOM OF UTILITY -
SURFACE !�
TYPE NATURAL GROUND �k
irwrgrwr�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r�ger���r��rrrq�•rrri�/
REMARKS:
123027
TARGET UTILITY FOUND. ` :N �
� ``
NAL
REVISION NOTES: UPDATED COORDINATES `'/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE: L L
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ADDENDUM 1TEST HOLE NO: 32 CLIENT TEST HOLE ATTACHMENID.
No. 4
TEST HOLE DATE: 12/12/2023 ng utility SUE CREW/TRUCK N
engineer$
' QQW�_TJIV1711
PROJECT NO: TX50500101 CITY,COUNTY:
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com COUNTY ROAD 45 AND S STAPLES ST
MAP SITE PHOTO
-
286
d Y.J. o
Y
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING SOUTH
REFERENCE MARKF'.
EL.
bo
M
lD
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE TELECOM NORTHING 17129822.5
UTILITY MATERIAL PLASTIC(PVC,PE, EASTING 1322682.643
HDPE)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 26,168
UTILITY WIDTH(FIELD) V, LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 6.32' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 19.85 `
APPARENT BOTTOM OF UTILITY - r �� i++,
SURFACE
TYPE NATURAL GROUND
•rr�a�rrrrrrrrrir�wrri�r'�rr�
THICKNESS SHAUNA WEINMANN I
REMARKS:
123027
TARGET UTILITY FOUND �$`f-NSg5�
11%NAL'E}
REVISION NOTES: UPDATED COORDINATES n/20/202^
REVIEWED DATE: CHECKED DATE: REVISION DATE: G L LY
REVIEWED BY: CHECKED BY:
ADDENDUM I
TEST HOLE DATA REPORT ATTACHMENT No. 4
Q12utimy
PAGE 38 of 42TEST HOLE NO: 32A CLIENT TEST HOLETEST HOLE DATE: 12/12/2023 ngineers SUE CREW/TRUCK NO: DK,TH/551711
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com COUNTY ROAD 45 AND S STAPLES ST
MAP SITE PHOTO
-q
e� -A
¢ I':It
r.'r
;sl:F
x ,
gi
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING SOUTH
LU
REFERENCE MARKF'�
EL. 71
.rr
CD
m
r
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE WATER SERVICE NORTHING 17129822.5
UTILITY MATERIAL METALLIC(IRON, EASTING 1322672.61
STEEL,COATED)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 26,536
UTILITY WIDTH(FIELD) 3" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) 3.00" MARKED BY ROD&CAP
APPARENT UTILITY OWNER CITY OF CC STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.30' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 23.24 `
APPARENT BOTTOM OF UTILITY - r �� i++i
SURFACE 10
TYPE NATURAL GROUND �k
irwr�r -----wrrrwr--idI
THICKNESS SHAUNA WEINMANN I
�r �er���r��rrr��•rrri�/
REMARKS: /
123027 �
w
AW
TARGET UTILITY FOUND. ` LNG
NAL
REVISION NOTES: UPDATED COORDINATES 2/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE:
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ADDENDUM N . 1
Q12
ATTACHMENT o. 4
TEST HOLE NO: 33 uwity CLIENTTESTHOL NO:TEST HOLE DATE: 12/15/2023 llSUE CREW/TRUCK
PROJECT NO: TX50500101 CITY,COUNTY: Corpus Christi/Nueces
CLIENT: City of Corpus Christi 2590 Oakmont Drive Suiteck,Texas 78665 LOCATION/INTERSECTION:
Round Rock,
PROJECT: SH286 WATERLINE TEL:512.459.6300
COUNTY ROAD 45 AND S STAPLES ST
REPLACEMENT www.T2ue.com
MAP SITE PHOTO
�B
:7
$6 OA151
-
TJLK
OTIL I
IRAYL___. .. _19
SIZE
MEM :f
TLas
/A1\
•i i GenaraiLandOffice, Geo
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING SOUTH
REFERENCE N1ARF;FR i� A
EL. 4f•�
o }►
M
'i
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE FIBER OPTIC NORTHING 17129824.48
UTILITY MATERIAL DIRECT BURIED EASTING 1322774.853
CABLE
UTILITY DIRECTION NORTH-SOUTH ELEVATION 25.334
UTILITY WIDTH(FIELD) 0.5" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 3.60' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 21.73
APPARENT BOTTOM OF UTILITY -
SURFACE
TYPE NATURAL GROUND + •------- rr+
THICKNESS SHAUNA WEINMANN I
�r��er���r��sy«�•rry�/
REMARKS: 123027
TARGET UTILITY FOUNDS .Nr� �
REVISION NOTES: UPDATED COORDINATES 2/20/202 A
REVIEWED DATE: CHECKED DATE: REVISION DATE: �+
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ATTACHMEN No. 4
TEST HOLE NO: 33A .' ��V+III♦y CLIENT TEST HOLE N : PAGE 40 of 4
TEST HOLE DATE: 12/12/2023 \\`\ engln le ity SUE CREWFFRUCK NO:
PROJECT NO: TX50500101 CITY,COUNTY:
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com COUNTY ROAD 45 AND S STAPLES ST
MAP SITE PHOTO
-
286 = ,
DATE
PRQJ#
T.H.#
x ,UTfl
_-
� 6ERSl!
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NORTH
REFERENCE MARKFR
EL.
ll
P x 7
Ln W.
00
I
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE TELECOM NORTHING 17129822.94
UTILITY MATERIAL DIRECT BURIED EASTING 1322763.989
CABLE
UTILITY DIRECTION NORTH-SOUTH ELEVATION 24,792
UTILITY WIDTH(FIELD) 0.25" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER AT&T STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 0.85' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 23.94 `
APPARENT BOTTOM OF UTILITY - i
SURFACE
TYPE NATURAL GROUNDr�u--as------ �
THICKNESS SHAUNA 'WEINMAANN I
REMARKS: L
123027
TARGET UTILITY FOUNDONAL
REVISION NOTES: UPDATED COORDINATES n/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE: G L L
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ADDENDUM No 1
ATTACHMENT No. 4
TEST HOLE NO: 33B �i���uy'll+Y CLIENT TEST HOL NO:PAGE 41 of 42
TEST HOLE DATE: 12/12/2023 \\`\engineers SUE CREW TRUC
PROJECT NO: TX50500101 CITY,COUNTY:
2590 Oakmont Drive Suite 210
CLIENT: City of Corpus Christi Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH286 WATERLINE TEL:512.459.6300
REPLACEMENT www.T2ue.com COUNTY ROAD 45 AND S STAPLES ST
MAP SITE PHOTO
Alamo Fireworks Standv
-77
Google
Texas Gewral Land Office,U.S.Geo
r �C�
CROSS SECTION-NOT TO SCALE TEST HOLE-UTILITY-FACING NORTH
RFFFRENCE N1APKFR
I
r�
w
Ln
�n
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE GAS MAIN/PIPELINE NORTHING 17129823.65
UTILITY MATERIAL METALLIC(IRON, EASTING 1322768.D57
STEEL,COATED)
UTILITY DIRECTION NORTH-SOUTH ELEVATION 24.573
UTILITY WIDTH(FIELD) 8" LOCATION CENTER OF UTILITY
UTILITY WIDTH(RECORD) - MARKED BY ROD&CAP
APPARENT UTILITY OWNER SOUTH SHORE STATION
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 5.55' OFFSET FROM
BOTTOM OF UTILITY -
ELEVATION OF UTILITY
TOP OF UTILITY 19.02
APPARENT BOTTOM OF UTILITY -
SURFACE !�
TYPE NATURAL GROUND �k
irwr�rwr�rr wrrrwrwrrLwr�
THICKNESS SHAUNA WEINMANN I
�r��er���r��rrr��•rrri�/
REMARKS:
123027
TARGET UTILITY FOUND. ` :N �
� ``
REVISION NOTES: UPDATED COORDINATES `'/20/2024
REVIEWED DATE: CHECKED DATE: REVISION DATE: L L
REVIEWED BY: CHECKED BY:
TEST HOLE DATA REPORT ADDENDUM N . 1
/� ATTACHMENT o. 4
TEST HOLE NO: 34 ,�( j unity CLIENT TEST HOL O: PAGE 42 of 42
TEST HOLE DATE: 1/9/2024 \\`\ l l SUE CREW/TRUCK
en�nee
PROJECT NO: TX50500101 CITY,COUNTY:
2590 Oakmont Drive Suite 210
CLIENT: Round Rock,Texas 78665 LOCATION/INTERSECTION:
PROJECT: SH WATERLINE TEL:512.459.6300
286 TEXAS AND BAY AREA DR
REPLACEMENT www.T2ue.com
MAP BOARD PHOTO
_6
�5
�+4
� 1
DATE
HT.E
P80J##es�4ya
ira+
U IL
� jFa
g
MATT r. e.a
SIZE w `"l
DEiTNS 'S
3
f
:1157�Tl�vlrT Texas General Land Office.U.S.Geobaica
!1► �
V
UTILITY UTILITY
1U Tl.-
•i .
S;
DISCLAIMER:ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM
UTILITY DESCRIPTION REFERENCE MARKER
UTILITYTYPE FIBER OPTIC NORTHING 17142960AS
UTILITY MATERIAL CONCRETE EASTING 1323492.208
UTILITY DIRECTION EAST-WEST ELEVATION 22.67
UTILITY WIDTH(FIELD) LOCATION SOUTH EDGE
UTILITY WIDTH(RECORD) MARKED BY ROD&CAP
APPARENT UTILITY OWNER CAP ROCK STATION
COMMUNICATIONS
DEPTH FROM REFERENCE MARKER OFFSET
TOP OF UTILITY 2.32' OFFSET FROM
BOTTOM OF UTILITY 4.09'
ELEVATION OF UTILITY
TOP OF UTILITY 20.35
APPARENT BOTTOM OF UTILITY r �� ++�
SURFACE
TYPE NATURAL GROUND + � ------r-f"• �
THICKNESS SHAUNA WEINMANN I
�r��er���r��rrr��•rrri�/
REMARKS: 123027
,R
FOUND BURIED HANDHOLE(APPROX DIMENSIONS OF 64"x32")WHILE LOOKING FOR ' CENS- /"I
WATERLINE. ROD&CAP IS MIDDLE OF HANDHOLE AND ON SOUTH EDGE OF STRUCTURE. NAL
REVISION NOTES: n/no/�On�4
REVIEWED DATE: CHECKED DATE: REVISION DATE: G G G
REVIEWED BY: CHECKED BY:
CITY OF CORPUS CHRISTI
State Highway 286 Waterline Replacement
Project No. 20101
CONFORMED DRAWINGS
eBuilder Link
Signature: u2a T va Signature: � >
Gilbert Vanche2(Jan n,202512:04 CST)
Email: elisas@cctexas.com Email: gilberts2@cctexas.com
Signature: Signature:
Jessica Pruitt(Jan 31,202512:14 CST) Sarah Brunkenhoefer(Feb 3,2025 OW CST)
Email: jessicap6@cctexas.com Email: citysecretary@cctexas.com