Loading...
HomeMy WebLinkAboutC2025-243 - 10/14/2025 - Approved CONTRACT DOCUMENTS &s FOR CONSTRUCTION OF ONSWTP SECURITY CONCRETE FENCE - PHASE 1 CITY PROJECT NO. 22408 0 ry 1852 r PEE oF..•rF��1 ARDURRA -*: ::* COLLABORATE.INNOVATE.CREATE. ERIC VILLARREAL i ............................:.. 801 Navigation, Suite 300 i 103807 Corpus Christi,Texas 78408 +1 F '��E•NS� A. 3/3/2025 (361) 883-1984 Is TBPE Firm No. F-10053 March 3, 2025 Record Drawing Number: WTR-506 FINAL/CONFORMED SET 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 01 Seals Page (Optional) 000102 List of Drawings 00 30 01 Bid Form Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) 00 72 00 General Conditions (Rev6-2021) 00 73 00 Supplementary Conditions (Rev4-2022) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Revs-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 DIVISION 02 Sitework 021 Site Preparation 021020 Site Clearing&Stripping(Rev 10-30-2014) 021040 Site Grading(Rev 10-30-2014) 021080 Removing Abandoned Structures (Rev 10-30-2014) 022 Earthwork 022021 Control of Ground Water(Rev 10-30-2014) 022022 Trench Safety for Excavations (Rev 10-30-2014) 022040 Street Excavation (Rev 10-30-2014) Table of Contents 00 01 00-1 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 1/2022 Division/ Title Section 022080 Embankment(Rev 10-30-2014) 022100 Select Material (Rev 10-30-2014) 022420 Silt Fence (Rev 10-30-2014) 025 Roadway 0252 Subgrades and Bases 025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement (Rev 11-09-2016) 025223 Crushed Limestone Flexible Base (Rev3-2s-2015) 0254 Asphalts&Surfaces 025404 Asphalts, Oils and Emulsions (Rev 10-30-2014) 025412 Prime Coat (Rev 10-30-2014) 025424 Hot Mix Asphaltic Concrete Pavement(Rev 3-2s-2015) 0256 Concrete Work 025612 Concrete Sidewalks & Driveways (Rev03-25-2015) 025620 Portland Cement Concrete Pavement 0258 Roadway Traffic Control and Devices 025802 Temporary Traffic Control During Construction (Rev 10-30-2014) 028 Site Improvements and Landscaping 028300 Fence Relocation (Rev 10-30-2014) 028320 Chain Link Security Fence (Rev 10-30-2014) DIVISION 03 Concrete 030 Concrete,Grout 030020 Portland Cement Concrete (Rev 10-30-2014) 032020 Reinforced Steel (Rev10-30-2014) 038000 Concrete Structures (Rev03-25-2015) Part T Technical Specifications DIVISION 02 Sitework Table of Contents 00 01 00-2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 1/2022 Division/ Title Section 022 Earthwork 022020-T Excavation and Backfill for Utilities 028020-T Seeding(Rev03-2s-2oss) 028 Site Improvements and Landscaping 028390-T Pre-Cast Concrete Security Fence DIVISION 03 Structural Concrete 030 Structural Concrete, Grout 031000-T Concrete Forming and Accessories 032000-T Concrete Reinforcing 033000-T Cast-In-Place Concrete DIVISION 09 Finishes 090 Finishes 099040 Reference Specifications—TXDOT Item 427 Surface Finishes For Concrete (TxDOT) 099060 Reference Specifications—TXDOT DMS8111 Anti-Graffiti Coatings (TXDOT) 316 Special Foundations and Load-Bearing Elements 316329-T Drilled Concrete Piers and Shafts Appendix All Testing Reports as Applicable 1 Rock Engineering Report Number: G123180 Dated:July 27,2023,for ONSWTP Concrete Perimeter Wall END OF SECTION Table of Contents 00 01 00-3 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 1/2022 0001 01 SEALS PAGE Eric Villarreal, P.E. �(E OF`TF�t� Client Service Manager �'�P.• "" -ry Ardurra Group, Inc. ................................/ For Specifications: ERIC VILLARREAL 10 Division 02 I 103807 Division 03 +1 .� O. ' � 022020-T �� F'�CENSE. �=� 3/3/2025 028020-T �� % ------------------------------------------------------------------------------------------------------------------------- Niclas S. Green, P.E. Structural Practice Director-Central Region Ardurra Group, Inc. �%:16%%%%%%3/3/25 OF q�'+' J. For Specifications: /••..:•.............................0 028390-T NICLAS S. GREEN / /.................................../ 031000-T /'°' 126232 032000-T 033000-T ����' ' C E NSt 099060099040 316329-T !v ��— END OF SECTION ONSWTP SECURITY CONCRETE FENCE- PHASE 1(22408) 1 of 1 0001 01 Rev 1/2022 000102 LIST OF DRAWINGS Sheet No. Sheet Name Cl COVER AND TITLE SHEET C2 TYPICAL LEGEND SHEET C3 GENERAL NOTES C4 OVERALL PROJECT CONTROL PLAN C5 EXISTING CONDITIONS AND DEMOLITION PLAN STA 0+00 TO 8+50 C6 EXISTING CONDITIONS AND DEMOLITION PLAN STA 8+50 TO 18+50 C7 EXISTING CONDITIONS AND DEMOLITION PLAN STA 18+50 TO 28+00 C8 EXISTING CONDITIONS AND DEMOLITION PLAN STA 28+00 TO 39+50 C9 EXISTING CONDITIONS AND DEMOLITION PLAN STA 39+50 TO END C10 OVERALL SITE PLAN C11 DOUBLE SWING GATE DETAIL C12 EROSION AND SEDIMENTATION CONTROL PLAN C13 STORM WATER POLLUTION PREVENTION PLAN NOTES C14 STORM WATER ENVIRONMENTAL PERMITS, ISSUES,AND COMMITMENTS (EPIC) C15 STORM WATER POLLUTION PREVENTION STANDARD DETAILS C16 C.O.C.C. DRIVEWAY STANDARD DETAILS 1 OF 3 C17 C.O.C.C. DRIVEWAY STANDARD DETAILS 2 OF 3 C18 C.O.C.C. DRIVEWAY STANDARD DETAILS 3 OF 3 C19 BARRICADE AND CONSTRUCTION BC(1)-21 C20 BARRICADE AND CONSTRUCTION BC(2)-21 C21 BARRICADE AND CONSTRUCTION BC(3)-21 C22 BARRICADE AND CONSTRUCTION BC(4)-21 C23 BARRICADE AND CONSTRUCTION BC(5)-21 C24 BARRICADE AND CONSTRUCTION BC(6)-21 C25 BARRICADE AND CONSTRUCTION BC(7)-21 C26 BARRICADE AND CONSTRUCTION BC(8)-21 C27 BARRICADE AND CONSTRUCTION BC(9)-21 C28 BARRICADE AND CONSTRUCTION BC(10)-21 C29 BARRICADE AND CONSTRUCTION BC(11)-21 C30 BARRICADE AND CONSTRUCTION BC(12)-21 C31 TRAFFIC CONTROL PLAN LANE CLOSURES ON MULTILANE CONVENTIONAL ROADS TCP(1-4)-18 S1 GENERAL NOTES& DESIGN CRITERIA S2 CONCRETE SECURITY FENCE OVERALL LAYOUT PLAN S3 CONCRETE SECURITY FENCE ENLARGED LAYOUT PLAN - 1 S4 CONCRETE SECURITY FENCE ENLARGED LAYOUT PLAN—2 S5 CONCRETE SECURITY FENCE ENLARGED LAYOUT PLAN —3 S6 CONCRETE SECURITY FENCE ENLARGED LAYOUT PLAN —4 S7 CONCRETE SECURITY FENCE ENLARGED LAYOUT PLAN —5 S8 PIER& COLUMN QUANTITIES List of Drawings 00 0102- 1 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 8/2021 S9 CONCRETE SECURITY FENCE COLUMN SECTIONS& DETAILS - 1 S10 CONCRETE SECURITY FENCE COLUMN SECTIONS& DETAILS -2 S11 CONCRETE SECURITY FENCE PANEL DETIALS S12 CONCRETE SECURITY LONG SPAN FENCE DETAILS - 1 S13 CONCRETE SECURITY LONG SPAN FENCE DETAILS-2 S14 CONCRETE SECURITY LONG SPAN FENCE DETAILS -3 END OF SECTION List of Drawings 00 0102-2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 8/2021 `ACOR[7°� CERTIFICATE OF LIABILITY INSURANCE DATE 11/1(MMIDOM/`/'/) 3/2025 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 pollcy(les)must 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 a. PRODUCER 361-334-4317 361-334-4318 CONTACT NAME: AIICat Insurance PHONE 361-334-4317 iAc W6 ,rJ:361-334-4318 IL EU II 6733 Weber Road, Suite 2 ADORE alicatins yahoo.com Corpus Christi, TX 78413 IINNSURER(S►AFFORDINGCOVERAGE NAIL/ INSURER A:SCOttsdale insurance Company 41297 INSURED INSURERB:Pr0QreSSiVe 24260 A.Z. Rebar Construction, Inc. INSURERC:%arStone National Insurance Co a 13701 5938 La Costa Dr tNSURERD.Texas Mutual InsuranCV 1.[QMpW 22945 Corpus Christi, TX 78414 INSURERE: Ev_anston Insurance 35378 INSURER F: COVERAGES CERTIFICATE NUMBER: 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 POLICY EFF POLICY EXP VTR! TYPE OF INSURANCE L U POLICY NUMBER (MM/DDNYYYI,iMWDONYYY) LIMITS S/ COMMERCIAL GENERAL UAB1UTY S/ S/ EACH OCCURRENCE S 1,000,000 A CLAIMS-MADE Ike]OCCUR PREMISES(Ea occETT urrence $ 100 000 VJYNY-B 01/31/2025 01/31/2026 MED EXP(Any one pemm) s5.000 PERSONAL S ADV INJURY $ 1 000 000 GEN-L AGGREGATE LIMIT APPLIES PER: S/ S/ GENERAL AGGREGATE $2 0-000 POLICY U JET LOC PRODUCTS-COMP/OP AGG S 1 000 000 OTHER $ AUTOMOBILE LJABLM ✓ �/ Ee accl deDISINGLE LIMIT S 1.000.000 ✓ ANY AUTO BODILY INJURY(Per person) S B ✓ ALL OWNED ✓ SCHEDULED 992661783 02/04/2025 02/04/2026 BODILY INJURY(Per dent) S AUTOS AUTOS ✓ NON-OWNED PROPERTY DAMAGE HIRED AUTOS ✓ AUTOS P s raccldentl $ ✓ UMBREU.A UAB ✓ OCCUR 02/04/2025 02/04/2026 EACH OCCURRENCE s 2,000,000 C EXCESSLIAS CLAIMS-MADE 89422B250ALI AGGREGATE s 2,000,000 OED I ✓'RETENTIONS S 2,000,000 j WORKERS COMPENSATION ✓ STATUTE OR AND EMPLOYERS'LIABILITY Y/N 01/05/2025 01/05/2026 D OFFICER/MEMBER EXCLUDED ECUTIVE I N/A ✓ 50697393 E.L.EACH ACCIDENT $ 1 000 000 (Mandatory In NH) E.L.DISEASE-FA EMPLOYE $ 1 000 000 DESCRIP ONOF rPERATIONS below E.L.DISEASE-POLICY LIMIT S 1 000 000 E i Contractor Pollution Liability ✓ 9029322 11/11/2025 11/11/2026 Each Occurrence:$1,000,000 i DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached It more space Is required) RFB/CONTRACT NO.6484 PROJECT NO. 22408 O.N. STEVENS WATER TREATMENT PLANT SECURITY CONCRETE FENCE- PHASE 1 13101 LEOPARD ST. CORPUS CHRISTI, TX 78410 Waiver of Subrogation applies on General Liability,Automobile Liability and Workers Compensation policies per written contract. CERTIFICATE HOLDER CANCELLATION CITY OF CORPUS CHRISTI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1201 LEOPARD ST, THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CORPUS CHRISTI,TX 78469-9277 AUTHORIZED REPRESENTATIVE 1 f -2014 R ORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registeredwT rks of CORD CM 00 61 13 PERFORMANCE BOND BOND NO.GRTX72464 Contractor as Principal Surety Name:A.Z. Rebar Construction, Inc. Name:Granite Re, Inc. Mailing address(principal place of business): Mailing address(principal place of business): 5938 La Costa Dr. 14001 Quailbrook Drive Corpus Christi, TX 78414 Oklahoma City, OK 73134 Physical address(principal place of business): Owner 14001 Quailbrook Drive Name: City of Corpus Christi,Texas Oklahoma City, OK 73134 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: Minnesota 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):405-752-2600 RFB/Contract No.6484 1 Project No. 22408 O.N. Stevens Water Treatment Plant Security Telephone (for notice of claim):800-440-5953 Concrete Fence—Phase 1 Local Agent for Surety Name: Heath Clary, Federated Insurance Award Date of the Contract:October 14, 2025 Address: 9001 Airport Fwy Ste 500 Contract Price: $5,329,571.00 North Richland Hills,TX 76180 Telephone:210-842-9534 Bond Email Address: heclary@fedins.com Date of Bond: November 7, 2025 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 Rev 5/2025 RFB 6484 ONSWTP Security Concrete Fence- Phase I, 22408 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 Govemment 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. Surety agrees to be bound by the mediation clause in Article 22 of the Contract Documents between Owner and Contractor,said Contract Documents are incorporated by reference in this Bond. Contractor as Principal Surety Signature: 1!5� tA/ �- Signature: Name: j�I�_S��� / oea e,,4 Name: Kenneth D.Whitting on Title: lore S J &"' > Title: Attorney-In-Fact Email Address: 14Z 3 echo ��' Email Address: staff@granitere.com (Attach Power of Attorney and place surety seal below) i END OF SECTION Performance Bond 00 61 13-2 Rev 5/2025 RFB 6484 ONSWTP Security Concrete Fence- Phase I, 22408 00 61 16 PAYMENT BOND BOND NO.GRTX72464 cm Contractor as Principal Surety Name: A.Z. Rebar Construction, Inc. Name: Granite Re, Inc. Mailing address(principal place of business): Mailing address (principal place of business): 5938 La Costa Dr. 14001 Quailbrook Drive Corpus Christi, TX 78414 Oklahoma City, OK 73134 Physical address(principal place of business): Owner 14001 Quailbrook Drive Name: City of Corpus Christi,Texas Oklahoma City, OK 73134 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: Minnesota 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): RFB/Contract No. 6484 i Project No. 22408 405-752-2600 O.N. Stevens Water Treatment Plant Security Telephone (for notice of claim): Concrete Fence—Phase 1 800-440-5953 Local Agent for Surety Name: Heath Clary, Federated Insurance Award Date of the Contract: October 14, 2025 Address: 9001 Airport Fwy Ste 500, Contract Price:$5,329,571.00 North Richland Hills, TX 76180 Bond Telephone:210-842-9534 Email Address: heclary fedins.com Date of Bond: November 7, 2025 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 5/2024 RFB 6484 ONSWTP Security Concrete Fence - Phase I, 22408 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs,administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract Documents then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: / ( - LLy Signature: w ---- Name: 19��j "h 7 7—(,�,�c��� Name: Kenneth D.Whitting on Title: Title: Attorney-In-Fact Email Address: Email Address: staff@granitere.com (Attach Power of Attorney and place surety seal below) i END OF SECTION Payment Bond Form 00 61 16-2 S/2024 RFB 6484 ONSWTP Security Concrete Fence - Phase I, 22408 GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of MINNESOTA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: KENNETH D_WHITTINGTON;KYLE MCDONALD its true and lawful Attomey-m-Fact(s)for the following purposes,to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us,its Board of Directors,hereby ratifies and confirms all and whatsoever the said: KENNETH D.WHITTINGTON;KYLE MCDONALD may lawfully do in the premises by virtue of these presents. In Witness Whereof,the said GRANITE RE,INC.has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Assistant Secretary,this 31 st day of July,2023. pp�,•�,��wC Kenneth D.Whitt' ton.President STATE OF OKLAHOMA 1 - Z �,1 zy ) SS: COUNTY OF OKLAHOMA ) Kyl P.McDonald,Assistant Secretary On this 31 st day of July, 2023, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Kyle P. McDonald,Assistant Secretary of said Company,with both of whom 1 am personally acquainted,who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Assistant Secretary of GRANIIT RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation;that the seal affixed to said Power of Attorney was such corporate seal,that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Assistant Secretary, respectively,of the Company. My Commission Expires: =y` '� 6': April 21,2027 (, ; Notary Public Commission 0: 11003620 GRANITE RE,INC. Certificate THE UNDERSIGNED, being the duly elected and acting Assistant Secretary of Granite Re, Inc., a Minnesota Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re,Inc.and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Assistant Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof,may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF,the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this November 7 , 2025 . Kyle P.McDonald,Assistant Secretary GR-40 Ed.06-24 State of Texas Claim Notice Endorsement To be attached to and form a part of Bond No. GRTX72464 In accordance with Section 2253.021(f)of the Texas Government Code and Section 53.202(6)of the Texas Property Code any notice of claim to the named surety under this bond(s)should be sent to: Granite Re, Inc. Attention: Claims Department 14001 Quailbrook Drive Oklahoma City, OK 73134 Telephone: (405) 752-2600 ATTACH THIS NOTICE TO YOUR BOND GR-62(TX) Ed.06-25 ,�yyUS O v �N�OgPORPtE� 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on October 14, 2025, is between the City of Corpus Christi (Owner) and A.Z. Rebar Construction, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: ONSWTP Security Concrete Fence—Phase 1 City Protect Number 22408 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Ardurra Group, Inc. (Eric Villarreal, P.E.) 801 Navigation Blvd.Ste 200 Corpus Christi,Texas, 78408 evillarreal@ardurra.com 2.02 The Owner's Authorized Representative for this Project is: Joseph Johnson Assistant Director of Engineering Services,Construction Management 4917 Holly Rd. Bldg. 5 Corpus Christi,TX 78411 0osephi2@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 270 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 300 days after the date when the Contract Times commence to run. Agreement 00 52 23- 1 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 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$500 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$500 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 $ 5,329,571.00 Agreement 00 52 23-2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 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 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 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 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 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 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 12/2021 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca 1tgeea 9&� 4Z Rebecca Huerta(Nov 19,202510:52:02 CST) Jeff dmonds(Nov 18,202514:35:06 CST) Rebecca Huerta Jeffrey Edmonds, P.E. City Secretary Director of Engineering Services M2025-147 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 10/14/2025 RH/SB Fran oungblood (Nov 18,202511:03:19 CST) Assistant City Attorney ATTEST(IF CORPORATION) A.Z. REBAR CONSTRUCTION, INC. 21 cGIad Tie V1 nO Richard Trevino(Nov 13,2025 16:16:32 CST) (Seal Below) By: Richard Trevino Note: Attach copy of authorization to sign if Title: Project Manager/Estimator person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 5838 La Costa Dr. Financial Officer Address Corpus Christi TX 78414 City State Zip (361) 453-8612 Phone Fax richardt.azrebar@hotmail.com Entail END OF SECTION Agreement 00 52 23-6 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 12/2021 00 30 01 BID FORM Project Name: O.N.Stevens Water Treatment Plant Security Concrete Fence-Phase 1 Project Number: 22408 Owner: City of Corpus Christi OAR: Joseph Johnson Designer: JArclurra Group,Inc. By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: A.Z. Rebar Construction, Inc. (full legal name of Bidder) Signature: (signature of person with authority to bind the Bidder) Name: Richard Trevino (printed name of person signing Bid Form) Title: Proiecl Manner (title of person signing Bid Form) Attest: (signature) State of Residency: Texas Federal Tx ID No. 74-17428877132 Address for Notices: 5938 La Costa Dr. Corpus Christi, TX 78414 Phone: 361-453-8612 Email: rich ardt.nrebar hotmail.com Bid Form ADDENDUM NO.1 00 30 01-Page 1 of 3 ATTACHMENT NO.1 ONSWTP Security Concrete Fence-Phase 1(22408) PAGE i of 3 Rev 8/2019 CIVCAS, O.N. Stevens Water Treatment Plant Security Concrete Fence—Phase 1 Report Created On:6/25/2025 7:33:24 PM BID TOTALS BASE BID Total PART A- BASE BID $4,742,259.00 Total $4,742,259.00 ADDITIVE ALTERNATE 1 Total PART AA1 -CONCRETE SECURITY FENCE CUSTOM FINISH $278,100.00 Total $278,100.00 ADDITIVE ALTERNATE 2 Total PART AA2-CONCRETE SECURITY FENCE AT PLANT ENTRANCE $309,212.00 Total $309,212.00 PART A- BASE BID No. Description Unit Qty Unit Price Ext Price Al Mobilization (Maximum 5%) AL 1 $221,600.89 $221,600.89 A2 Bonds&Insurance(Maximum 2%) AL 1 $88,640.36 $88,640.36 A3 Subsurface Utility Engineering(Per LS 1 $210,600.00 $210,600.00 General Notes 16-18) A4 Stormwater Pollution Prevention Plan LS 1 $6,000.00 $6,000.00 A5 Curb Inlet Protection EA 7 $300.00 $2,100.00 A6 Silt Fence LF 4974 $6.00 $29,844.00 A7 Revegetation(Hydromulch) SY 12253 $3.00 $36,759.00 A8 Traffic Control Items(Barricades, Signs MO 10 $5,100.00 $51,000.00 &Traffic Handling) A9 Demolition of Existing Chain Link Fence LF 4371 $11.25 $49,173.75 and Appurtenances A10 Demolition of Existing Metal Fence and LF 116 $50.00 $5,800.00 Appurtenances All Removal of Existing Chain Link Gate EA 1 $1,800.00 $1,800.00 Al2.1 Span at Waterline Transmisison Mains- EA 8 $7,500.00 $60,000.00 Drilled Pier Supports(50' Depth) CIVCAS, O.N. Stevens Water Treatment Plant Security Concrete Fence—Phase 1 Report Created On:6/25/2025 7:33:24 PM Al2.2 Span at Waterline Transmisison Mains- EA 2 $41,750.00 $83,500.00 Cast Concrete Pier Cap&Integrated Columns Al2.3 Span at Waterline Transmisison Mains- EA 1 $75,000.00 $75,000.00 8'-High Cast Concrete Security Fence Section(60'Span) A13 8'-High Precast Concrete Security Fence LF 3527 $300.00 $1,058,100.00 Panel A14 10'-High Precast Concrete Security LF 878 $400.00 $351,200.00 Fence Panel A15 Concrete Security Fence Columns EA 236 $3,100.00 $731,600.00 A16 Concrete Security Fence Pier Supports EA 165 $4,775.00 $787,875.00 (30'-35' Depth) A17 Concrete Security Fence Pier Supports EA 45 $5,650.00 $254,250.00 (40'-45' Depth) A18 Concrete Security Fence Pier Supports EA 26 $7,500.00 $195,000.00 (50' Depth) A19 24'-Wide Metal Double Swing Gate EA 1 $6,750.00 $6,750.00 A20 Anti-Graffiti Coating SF 37476 $3.50 $131,166.00 A21 Connect to Exisitng Chain Link Fence EA 2 $2,250.00 $4,500.00 A22 Allowance for Unforeseen Conditions AL 1 $300,000.00 $300,000.00 (MANDATORY) Subtotal: $4,742,259.00 PART AA1 -CONCRETE SECURITY FENCE CUSTOM FINISH No. Description Unit Qty Unit Price Ext Price AA1-1 Concrete Security Fence Custom Wave LF 412 $675.00 $278,100.00 Finish for Accent Panels Subtotal: $278,100.00 PART AA2-CONCRETE SECURITY FENCE AT PLANT ENTRANCE No. Description Unit Qty Unit Price Ext Price AA2-1 Demolition of Existing Metal Fence LF 307 $30.00 $9,210.00 AA2-2 Demolition of Existing Metal Gate EA 2 $7,550.00 $15,100.00 CIVCAS O.N. Stevens Water Treatment Plant Security Concrete Fence—Phase 1 Report Created On:6/25/2025 7:33:24 PM AA2-3 8'-High Precast Concrete Security Fence LF 334 $300.00 $100,200.00 Panel AA2-4 Concrete Security Fence Columns EA 21 $3,100.00 $65,100.00 AA2-5 Concrete Security Fence Pier Supports EA 21 $5,250.00 $110,250.00 (45' Depth) AA2-6 Anti-Graffiti Coating SF 2672 $3.50 $9,352.00 Subtotal: $309,212.00 CIVCAST O.N. Stevens Water Treatment Plant Security Concrete Fence—Phase 1 Report Created On:6/25/2025 7:33:24 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE 22408 RFB 6593 Addendum No. 1 06/25/2025 16:01:12 PM CIVCAS, O.N. Stevens Water Treatment Plant Security Concrete Fence—Phase 1 Report Created On:6/25/2025 7:33:24 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans 22408 RFB 6593 Drawings 6/12/2025 1:48:01 PM Invitation To Bid 22408 RFB 6593 ITB 6/12/2025 1:48:01 PM Addenda 22408 RFB 6593 Addendum No. 1 6/19/2025 8:58:51 AM 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 Ardurra Group, Inc. Rock Engineering&Testing Laboratory, LLC B. The following entities,along with the members of the OPT,are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. None C. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. All security fencing, gates, and associated appurtenances shall be complete and inspected for final approval by Owner& Engineer. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Final site cleanup, restoration, and demobilization. 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 4.04.1)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 ADDENDUM NO.1 Supplementary Conditions ATTACHMENT NO.2 00 73 00- 1 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 1 of 12 Rev 3/2023 delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 35 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: Geotechnical Subsurface Investigation and Recommendations for the Proposed ONSWTP Concrete Perimeter Wall (Rock Engineering Report Number G123180), Rock Engineering&Testing Laboratory, LLC., July 27, 2023. 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. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ADDENDUM NO.1 Supplementary Conditions ATTACHMENT NO.2 00 73 00-2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 2 of 12 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 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 0 Not Required Installation/Equipment Floater Equal to Contract Price Required if installing city-owned equipment or storing contractor equipment on city- ❑ Required 0 Not Required owned property Supplementary Conditions ADDENDUM No.1 00 73 00-3 pp Y ATTACHMENT NO.2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 3 of 12 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 8:00 a.m. and 5:00 p.m. 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." 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) ADDENDUM NO.1 Supplementary Conditions ATTACHMENT NO.2 00 73 00-4 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 4of12 Rev 3/2023 TX29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). TX33 Heavy Pipeline -On-Shore Pipeline Construction TX34 Heavy Pipeline -Off-Shore Construction TX288 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) TX51 Heavy Dredging projects along the Texas gulf coast area including all public channels, harbors, rivers, tributaries and the Gulf Intracoastal Waterways. TX55 Heavy Tunnel Construction Projects (Bored, 48" In Diameter Or More) "General Decision Number: TX20250021 01/03/2025 Superseded General Decision Number: TX20240021 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) . IIf the contract is entered 1 . Executive Order 14026 ( into on or after January 30, 1 generally applies to the 12022, or the contract is I contract. Irenewed or extended (e.g. , an 1 . The contractor must pay ( option is exercised) on or I all covered workers at ( after January 30, 2022 : 1 least $17 . 75 per hour (or I I the applicable wage rate I I listed on this wage Supplementary Conditions ADDENDUM NO.1 00 73 00-5 ATTACHMENT NO.2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 5 of 12 Rev 3/2023 determination, if it is higher) for all hours spent performing on the contract in 2025 . I I I lIf the contract was awarded onl . Executive Order 13658 for between January 1, 2015 andl generally applies to the ) January 29, 2022, and the I contract. ) contract is not renewed or 1 . The contractor must pay all ) lextended on or after January l covered workers at least 130, 2022 : $13.30 per hour (or the I applicable wage rate listed) I on this wage determination, ) I if it is higher) for all I I hours spent performing on I I that contract in 2025. I I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts . Modification Number Publication Date 0 01/03/2025 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 Supplementary Conditions ADDENDUM No.1 00 73 00-6 ATTACHMENT NO.2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 6 of 12 Rev 3/2023 operation to which welding is incidental. ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17 . 75) or 13658 ($13.30) . 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.gcv/agencies/whd/government-contracts . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type (s) of construction and geographic area covered by the wage determination. The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate) , a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than ""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2024 . PLUM is an identifier of the union ADDENDUM NO.1 Supplementary Conditions ATTACHMENT NO.2 00 73 00-7 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 7 of 12 Rev 3/2023 whose collectively bargained rate 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. The date, 07/01/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 1000 of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024 . UAVG indicates that the rate is a weighted union average rate . OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 6/27/2024 . SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the 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. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1 . 6 (c) (1) . State Adopted Rate Identifiers Supplementary Conditions ADDENDUM NO.1 00 73 00-8 ATTACHMENT NO.2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 8 of 12 Rev 3/2023 The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1 . 3 (g) - (h) . Example: SAME2023-007 01/03/2024 . SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be. a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol .gov or by mail 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 an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 . 8 and 29 CFR Part 7) . ADDENDUM NO.1 Supplementary Conditions ATTACHMENT NO.2 00 73 00-9 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 9 of 12 Rev 3/2023 Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail 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 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 . ---------------------------------------------------------------- END OF GENERAL DECISION" ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Ardurra Group, Inc. 361-883-1984 Eric Villarreal, P.E. 361-883-1984 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department (City Fiber) 361-826-1956 Supplementary Conditions ADDENDUM NO.1 00 73 00- 10 ATTACHMENT NO.2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 10 of 12 Rev 3/2023 Public Agencies/Contacts Phone Number AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centu ryl-i n k 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description ***REFER TO SECTION 0133 01—SUBMITTAL REGISTER*** SC-25.12 RESUBMISSION REQUIREMENTS B. Pay for excessive review of Shop Drawings. 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: Title Hourly Rate Principal $300 Senior Project Manager III $275 Senior Project Manager II $265 Senior Project Manager 1 $255 Project Manager III $245 Project Manager II $235 Project Manager 1 $230 Engineer V $155 Engineer IV $150 Supplementary Conditions ADDENDUM NO.1 00 73 00- 11 ATTACHMENT NO.2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 11 of 12 Rev 3/2023 Title Hourly Rate Engineer III $145 Engineer II $140 Engineer 1 $130 Senior Designer III $165 Senior Designer II $160 Senior Designer 1 $155 ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description As-built information on all construction improvements SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions ADDENDUM NO.1 00 73 00- 12 ATTACHMENT NO.2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 12 of 12 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. Base Bid:The Project will include the removal of the existing chain-link and metal perimeter fencing and replacement with the new 8' high cast-in-place, 8'-high and 10'- high pre-cast sound wall at the ONSWTP. The Project also consists of removal and replacement of the existing gates along the fence alignment. 2. Additive Alternate 1:Additive Alternate 1 provides a custom finish (wave pattern) on approximately 412 LF of the proposed concrete security fence near the entrance of ONSWTP. 3. Additive Alternate 2:Additive Alternate 2 includes demolition of existing metal fence and rail gates and replacement with new 8'-high pre-cast concrete sound wall. 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. See Section 0135 00 SPECIAL PROCEDURES, Paragraph 1.03. 2. Others may be identified at the pre-bid meeting. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents,the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work 01 11 00- 1 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 10/2018 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. See Section 0135 00 SPECIAL PROCEDURES, Paragraph 1.03. 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 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 10/2018 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate,and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed,or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. The Lump Sum Bid Items described as "Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES A. Alternate A—PART AA1—CONCRETE SECURITY FENCE CUSTOM FINISH (Item AA1): 1. Provides a custom finish (wave pattern) on approximately 412 LF of the proposed concrete security fence near the entrance of ONSWTP. B. Alternate B—Part AA2—CONCRETE SECURITY FENCE AT PLANT ENTRANCE (Item AA2): 1. Demolition of existing metal fence and rail gates and replacement with new 8'-high pre-cast concrete sound wall. Alternates and Allowances ADDENDUM NO.1 01 23 10- 1 ATTACHMENT NO.3 Rev 5/2020 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 1 of 2 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A—Bid Item Al—Mobilization (Maximum 5%) 1. A maximum of 5%of the bid price to be used for mobilization for the Project. B. Allowance B—Bid Item A2 - Bonds and Insurance (Maximum 2%) 1. A maximum of 2%of the bid price to be used for the purchase of bonds and insurance required for the Project. C. Allowance C—Bid Item A2:` —Allowance for Unforeseen Conditions (MANDATORY): 1. The sum of$300,000.00 to be used on an as-needed basis for the purchase of all materials, equipment, labor, superintendence and incidental work to perform unanticipated improvements due to unforeseen conditions at the request of the OWNER. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION ADDENDUM NO.1 Alternates and Allowances ATTACHMENT NO.3 01 23 10-2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 2 of 2 Rev 5/2020 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item Al—Mobilization (Maximum 5%): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. ADDENDUM NO.1 Measurement and Basis for Payment ATTACHMENT NO.4 01 29 01- 1 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 1 of 6 Rev 5/2020 2. Measurement for payment will be made per allowance on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization allowance 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 allowance bid amount will be eligible for payment, minus retainage. B. Bid Item A2—Bonds and Insurance (Maximum Allowance of 2%): 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically for this Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. C. Bid Item A3—Subsurface Utility Engineering(Per General Notes 16-18): 1. This item includes all materials, equipment and labor necessary to complete subsurface utility engineering exploration to identify locations of the existing utilities along the entire length of the proposed security fence throughout the project limits. 2. This Subsurface Utility Engineering shall be completed prior to any construction activities on site. 3. 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 upon completion of subsurface utility engineering exploration, minus retainage. D. Bid Item A4—Storm Water Pollution Prevention: 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include SO%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after SO% completion has occurred, minus retainage. E. Bid Item A':;—Curb Inlet Protection: 1. This item includes all materials, equipment and labor necessary to install, maintain and remove the curb inlet protection as shown in the plans and contract documents. 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price. ADDENDUM NO.1 Measurement and Basis for Payment ATTACHMENT NO.4 01 29 01-2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 2 of 6 Rev 5/2020 F. Bid Item A —Silt Fence: 1. This item includes all materials, equipment and labor necessary to install, maintain and remove the silt fence as shown in the plans and contract documents. 2. Measurement for payment shall be made on a per linear foot basis in accordance with the Contractor's Bid Unit Price. G. Bid Item A.' —Revegetation (Hydromulch): 1. This item includes all materials, equipment and labor necessary to install, maintain and establish growth for the project revegetation as shown in the plans and contract documents. 2. Measurement for the payment shall be made on a per square yard basis in accordance with the Contractor's Bid Unit Price. H. Bid Item A —Traffic Control Items (Barricades, Signs&Traffic Handling): 1. This item covers the cost of providing all traffic control measures, required by the Owner and all subsequent revisions throughout the duration of construction. Payment covers all necessary traffic control measures, materials, equipment, labor and all meetings and coordination efforts,traffic control measures, equipment,temporary pavement and manpower necessary to maintain traffic control during the Project in accordance with the contract documents for a Complete and In Place installation. 2. Measurement for payment shall be made on a monthly basis in accordance with the Contractor's Bid Unit Price. I. Bid Item A —Demolition of Existing Chain Link Fence and Appurtenances: 1. This item includes all materials, equipment and labor necessary to remove and dispose of the existing fence, concrete footer, and any other appurtenances as shown on the contract documents and found during construction. Item also includes all necessary temporary fencing to provide a secure perimeter during construction. 2. Measurement for payment shall be made on a per linear foot basis in accordance with the Contractor's Bid Unit Price. J. Bid Item A &AA2-1—Demolition of Existing Metal Fence and Appurtenances: 1. This item includes all materials, equipment and labor necessary to remove and dispose of the existing fence, concrete footer, and any other appurtenances as shown on the contract documents and found during construction. Item also includes all necessary temporary fencing to provide a secure perimeter during construction. 2. Measurement for payment shall be made on a per linear foot basis in accordance with the Contractor's Bid Unit Price. K. Bid Item A:: —Removal of Existing Chain Link Gate: 1. This item includes all materials, equipment and labor necessary to remove and dispose of the existing gates and associated appurtenances as shown on the contract documents (includes all disciplines: site/civil, structural, mechanical, electrical and instrumentation/controls). Measurement and Basis for Payment ADDENDUM NO.1 01 29 01-3 ATTACHMENT NO.4 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 3 of 6 Rev 5/2020 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price. L. Bid Item Al'-.1—Span at Waterline Transmission Mains- Drilled Pier Supports (50' Depth): 1. This item includes all materials, equipment and labor necessary to install the concrete security fence pier supports as shown on the contract documents and as recommended in the Project Geotechnical Report. This item also includes all fees and appropriate measures for disposing of spoils from the pier support installations. 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price M. Bid Item Al 1.2—Span at Waterline Transmission Mains-Cast Concrete Pier Cap & Integrated Columns: 1. This item includes all materials, equipment and labor necessary to complete and cast in place installation of the concrete security fence pier cap and columns as shown in the plans and the contract documents. 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price. N. Bid Item Al2.3—Span at Waterline Transmission Mains-8'-High Cast Concrete Security Fence Section (60' Span): 1. This item includes all materials, equipment and labor necessary to install the cast in place concrete security fence panels as shown in the plans and the contract documents. 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price. O. Bid Item Al &AA2-3—8'-High Precast Concrete Security Fence Panel: 1. This item includes all materials, equipment and labor necessary to install the precast concrete security fence panels as shown in the plans and the contract documents. 2. Measurement for payment shall be made on a per linear foot basis in accordance with the Contractor's Bid Unit Price. P. Bid Item A14—10'-High Precast Concrete Security Fence Panel: 1. This item includes all materials, equipment and labor necessary to install the precast concrete security fence panels as shown in the plans and the contract documents. 2. Measurement for payment shall be made on a per linear foot basis in accordance with the Contractor's Bid Unit Price. Q. Bid Item A1 &AA2-4—Concrete Security Fence Columns: 1. This item includes all materials, equipment and labor necessary to complete and in place installation of the concrete security fence columns as shown in the plans and the contract documents 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price. Measurement and Basis for Payment ADDENDUM NO.1 01 29 01-4 ATTACHMENT NO.4 Rev 5/2020 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 4 of 6 R. Bid Item Al —Concrete Security Fence Pier Supports (30'-35' Depth): 1. This item includes all materials, equipment and labor necessary to install the concrete security fence pier supports as shown in the plans and the contract documents and as recommended in the Project Geotechnical Report. This item also includes all fees and appropriate measures for disposing of spoils from the pier support installations. 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price S. Bid Item Al —Concrete Security Fence Pier Supports (40'-45' Depth): 1. This item includes all materials, equipment and labor necessary to install the concrete security fence pier supports as shown in the plans and the contract documents and as recommended in the Project Geotechnical Report. This item also includes all fees and appropriate measures for disposing of spoils from the pier support installations. 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price T. Bid Item Al —Concrete Security Fence Pier Supports (50' Depth): 1. This item includes all materials, equipment and labor necessary to install the concrete security fence pier supports as shown in the plans and the contract documents and as recommended in the Project Geotechnical Report. This item also includes all fees and appropriate measures for disposing of spoils from the pier support installations 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price. U. Bid Item A19—24'-Wide Metal Double Swing Gate: 1. This item includes all material, equipment and labor necessary to furnish and install the metal double swing gates and associated appurtenances as shown in the plans and the contract documents. This item also includes necessary primer and coatings for the gate. 2. Measurement for payment will be made on a per each basis in accordance with the Contractor's Bid Unit Price. V. Bid Item A<` &AA2-6—Anti-Graffiti Coating: 1. This item includes all material, equipment and labor necessary to install the anti- graffiti coating on the concrete security fence as shown in the plans and the contract documents. 2. Measurement for payment will be made on a per square foot basis in accordance with the Contractor's Bid Unit Price. W. Bid Item A' —Connect to Existing Chain Link Fence: 1. This item includes all material, equipment and labor necessary to connect to the existing chain link fence as shown in the plans and contract documents. 2. Measurement for payment will be made on a per each basis in accordance with the Contractor's Bid Unit Price. Measurement and Basis for Payment ADDENDUM NO.1 01 29 01-5 ATTACHMENT NO.4 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE 5 of 6 Rev 5/2020 X. Bid Item A."';'—Allowance for Unforeseen Conditions (MANDATORY): 1. Payment shall include but not be limited to furnishing all materials, equipment, labor, superintendence and incidental work to perform unanticipated improvements at the request of the OWNER. Measurement for payment will be made as described in SECTION 0123 10 ALTERNATES AND ALLOWANCES. Y. Bid Item AA1-1 Concrete Security Fence Custom Wave Finish for Accent Panels: 1. This item includes all material, equipment and labor necessary to provide a custom wave finish for the concrete security fence. 2. Measurement for payment will be made on a per linear foot basis in accordance with the Contractor's Bid Unit Price. Z. Bid Item AA2-2—Removal of Existing Metal Gate: 1. This item includes all materials, equipment and labor necessary to remove and dispose of the existing gates and associated appurtenances as shown on the contract documents (includes all disciplines: site/civil, structural, mechanical, electrical and instrumentation/controls). 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price. AA. Bid Item AA2-5—Concrete Security Fence Pier Supports (45' Depth): 1. This item includes all materials, equipment and labor necessary to install the concrete security fence pier supports as shown in the plans and the contract documents and as recommended in the Project Geotechnical Report. This item also includes all fees and appropriate measures for disposing of spoils from the pier support installations. 2. Measurement for payment shall be made on a per each basis in accordance with the Contractor's Bid Unit Price BB. 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 ADDENDUM NO.1 01 29 01-6 ATTACHMENT NO.4 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) PAGE606 Rev 5/2020 0133 01 Submittal Register Specification Paragraph Types of Submittals Required Section Specification Description No. Product Sample or Operations Information Mockup Data 02 24 20 Silt Fence 02 52 05 Pavement Repair,Curb,Gutter,Sidewalk&Driveway Replacement 02 56 20 Portland Cement Concrete Pavement 02 58 02 Temporary Traffic Controls During Construction 03 00 20 Portland Cement Concrete 03 20 20 Reinforced Steel 02 80 20-T Seeding 02 83 90-T Pre-Cast Concrete Security Fence 03 10 00-T Concrete Forming and Accessories 03 20 00-T Concrete Reinforcing 03 30 00-T Cast-In-Place Concrete 3163 29-T Drilled Concrete Piers and Shafts Submittal Register 01 33 01-1 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 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. Please note the ONSWTP is a critical provider of potable water to the City of Corpus Christi,TX. Work shall be performed in a manner that will not pose security threats to operations. Contractor is responsible for maintaining a secure perimeter at all times during construction and shall bear the cost of penalties imposed on the Owner for safety violations caused by actions of the Contractor. 2. Contractor shall provide a complete construction schedule to the Owner and Engineer for review and approval to complete the work as shown on the Drawings and specified herein. Contractor shall schedule the work in accordance with the sequence approved by the Owner and Engineer so that the facility is maintained in continuous operation. 3. Owner's personnel shall have access to all areas that remain in operation throughout the construction period.The Contractor shall locate stored material, dispose of construction debris and trash, provide temporary walkways, provide temporary lighting, and other such work as directed by the Engineer and Owner to maintain personnel access to areas in operation. Access and adequate parking areas for Owner's personnel must be maintained throughout construction. B. Work shall be completed within the specified time for these items: Description Time Substantial Completion 270 days Final Completion Substantial Completion + 30 days C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. Special Procedures 0135 00- 1 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 10/2018 B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 1 month prior to beginning the Work. 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 Hours Operation Liquidated Critical Operation Damages Out of Operation can be Shut Down ($ per hour) Rail Car Deliveries No Downtime 0 hours $500/day E17047—ONSWTP Raw Water Influent and Chemical Facilities No Downtime 0 hours $2,630/day Improvements Project E16417 - Nueces River Raw Water Pump Station No Downtime 0 hours $800/day Transmission Main E10144—ONSWTP Chloring Storage and Handling Facility No Downtime 0 hours $1,550/day Improvements One Raw Water Pipeline No Downtime 0 hours $1,000/hour out of service B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. Special Procedures 0135 00-2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 10/2018 1. These items are critical to the operations of the water treatment plant and distribution system. 2. Loss of capacity and/or operation performance 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— Rail Deliveries: a. The ONSWTP receives scheduled deliveries of chlorine via rail car. Contractor shall coordinate with City/ONSWTP personnel to ensure rail car delivery schedule is not disrupted by construction. 2. Critical Operation 2—Ongoing Construction Projects at ONSWTP: a. Contractor shall coordinate with City/ONSWTP personnel regarding the timeline for the ongoing/upcoming projects at the ONSWTP to limit potential sequencing conflicts. Project include, but are not limited to, the following: 1) E17047—ONSWTP RAW WATER INFLUENT AND CHEMICAL FACILITIES IMPROVEMENTS PROJECT 2) E16417—NUECES RIVER RAW WATER PUMP STATION TRANSMISSION MAIN 3) E10144—ONSWTP CHLORINE STORAGE AND HANDLING FACILITY IMPROVEMENTS 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 0135 00-3 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 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 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 8/2019 3. Prevent freezing of pipes,flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls 01 50 00-2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 8/2019 2.OS TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls 01 50 00-3 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 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 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 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 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) 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. S. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Temporary Controls 0157 00-2 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 8/2019 Notice of Intent. Provide draft copies of the Notice of Intent,SWPPP,and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre- construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods,techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an Temporary Controls 0157 00-3 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 8/2019 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS (NOT APPLICABLE) A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. Temporary Controls 01 57 00-4 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 8/2019 C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream,the Corpus Christi Bay. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest wastewater system. If discharging to temporary holding tanks and trucking to a wastewater or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to pumping groundwater from a trench to the wastewater system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER (NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory Temporary Controls 01 57 00-5 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 8/2019 agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 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 0157 00-6 ONSWTP SECURITY CONCRETE FENCE—PHASE 1(22408) Rev 8/2019 PART S: CITY STANDARD CONSTRUCTION SPECIFICATIONS INDEX DIVISION 2—SITEWORK REV. DATE 021 SITE PREPARATION 021020 Site Clearing& Stripping 10-30-14 021040 Site Grading 10-30-14 021080 Removing Abandoned Structures 10-30-14 022 EARTHWORK 022021 Control of Ground Water 10-30-14 022022 Trench Safety For Excavations 10-30-14 022040 Street Excavation 03-21-22 022080 Embankment 10-30-14 022100 Select Material 10-30-14 022420 Silt Fence 10-30-14 025 ROADWAY 0252.....SUBGRADES& BASES 025205 Pavement Repair, Curb, Gutter, Sidewalk& 11-09-16 Driveway Replacement 025223 Crushed Limestone Flexible Base 03-25-15 0254.....ASPHALTS&SURFACES 025404 Asphalts, Oils, & Emulsions 10-30-14 025412 Prime Coat 10-30-14 025416 Seal Coat 03-25-15 025424 Hot Mix Asphalt Concrete Pavement 03-25-15 0256.....CONCRETE WORK 025612 Concrete Sidewalks & Driveways 03-25-15 025620 Portland Cement Concrete Pavement 03-25-15 0258.....TRAFFIC CONTROLS& DEVICES 025802 Temporary Traffic Controls During Construction 10-30-14 028 SITE IMPROVEMENTS & LANDSCAPING 028300 Fence Relocation 10-30-14 028340 Chain Link Security Fence 10-30-14 DIVISION 3—CONCRETE 030 CONCRETE, GROUT 030020 Portland Cement Concrete 10-30-14 032020 Reinforcing Steel 10-30-14 038000 Concrete Structures 03-25-15 CORPUS CHRISTI PLAN PREPARATION STANDARDS CONSTRUCTION SPECIFICATIONS INDEX Rev.11-09-2016 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 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 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than I in 5 of the most recent moisture or density tests is beyond+I% deviation from the required moisture or density requirement. Irregularities exceeding %2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev.10-30-2014 (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right-of-Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right-of- way lines shall be made at a slope of three horizontal to one vertical (3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically-stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre-approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18-kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev.10-30-2014 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub-base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recominendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway- legal rubber-tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev.10-30-2014 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather-edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev.10-30-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately,but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev.10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shalt be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation,hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit(L.L.): < 35 Plasticity Index (P.I.)Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniforrnly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev.10-30-2014 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 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water,proportioned and mixed as hereinafter provided. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and 11 cements shall not exceed 2000 square centimeters per gram(Wagner Turbidimeter— TxDOT Test Method Tex-310-D). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive(cylinder)tests as required in the drawings. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. 025620 Page 1 of 5 Rev.3-25-2015 Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggre ante Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar(Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot-dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev.3-25-2015 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3of5 Rev.3-25-2015 workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements shall be as specified in Table 1. TABLE 1 Slump Requirements Construction Method Desired Slump Minimum Slump Maximum Slump Concrete Pavement(slipformed) 1.5 inches 1 inch 3 inches Concrete Pavement(formed) 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7-day or 28-day) or minimum compressive strength(7-day or 28-day) shown in Table 2. TABLE 2 Class of Concrete for Concrete Pavement Class Minimum Minimum Maximum of Flexural(Beam) Compressive Water-Cement Coarse Concrete Stren h Stren h Ratio A arg egate P* 450 psi(7 days) 3200 psi (7 days) 5.6 gal./sack No. 2(1%') 570 psi(28 days) 4000 psi (28 days) 0.50 * 5% entrained air 8. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete-General", shall not be used. Re-tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev.3-25-2015 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall confonn to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY-MIX PLANTS The requirements for ready-mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5of5 Rev.3-25-2015 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 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 028340 CHAIN LINK SECURITY FENCE 1. DESCRIPTION This specification shall govern all work and materials required for providing chain link security fence for this project. 2. MATERIALS Wire Fabric fencing shall be 9 gauge steel with a minimum tensile strength of 80,000 psi. Mesh size shall be 2-inch D 1/16 inch between parallel wires. Top edge of fabric shall be twisted and barbed on 6 foot height fencing and shall be knuckled salvage on 4 foot fencing. Bottom edge of all fencing shall be twisted and barbed. Tie clips of 6-gauge steel shall be furnished in sufficient quantity to fasten fabric to top tension wire or to top rail at 24-inch intervals. Ties shall be furnished to fasten the fabric to bottom tension wire at 24 inch intervals. The fabric shall be tied to line posts at 15-inch intervals. Line Post shall be provided at a maximum spacing of 10 feet and be of the following sizes: Fabric Heig=ht Pipe Size H-Beam Section Embedment Size Wt./Ft. Size Len h 4 ft. 1.90" O.D. 2.72# 1.875" x 1.625" 2.70# 24" 6 ft. 2.375"O.D. 3.65# 2.25" x 1.95" 4.10# 30" Corner Post and End Post shall be of the following sizes: Fabric Height Pibe Section Embedment Length Size Wt./Ft. 4 ft. 2.375" O.D. 3.65# 30" 6 ft. 2.875" O.D. 5.79# 42" 028340 Page 1 of 6 Rev.10-30-2014 Gate Post shall be of the following sizes: Gate Leaf Pipe Section Embedment Lend Size Wt./Ft. to 6 ft. 2.875" O.D. 5.79# 36" 6 to 13 ft. 4.0 " O.D. 9.10# 42" 13 to 18 ft. 6.625" O.D. 18.97# 48" Post caps for pipe sections shall be designed to exclude all moisture. Where barbed wire is specified, extension arms shall be integral with post caps. Where top rail is specified, post caps shall have an opening for top rail. All posts caps shall have a 2-inch skirt for rigidity. Top rail, where called for, shall be 1.625 inch O.D. steel pipe weighing 2.27#/foot. Top rail shall be furnished in random lengths not less than 18 feet per section and shall be joined with outside sleeve, steel couplings not less than 6 inches long and having a wall thickness of not less than 0.70 inch. Couplings shall be designed to allow for expansion movement of the top rail. Tension wire for top finish, where no top rail is specified, shall be 7-gauge high carbon steel wire. Tension wire shall be furnished for bottom edge of all fence fabric. Trussed bracing shall be furnished for each panel adjacent to a terminal, pull, corner, or gatepost. Compression member shall be 1.625 inch O.D. pipe as specified for top rail material. Tension members shall be 3/8 inch diameter steel rods with turnbuckles. For 6-foot fences with top tension wire,braced panels shall consist of horizontal pipe brace, located approximately 4 inches below top of fabric, a diagonal pipe brace, attached at the midpoint of the terminal post and at the bottom of the adjacent line post, and a truss rod, attached to the top of the adjacent line post, extending diagonally to the bottom of the terminal post. For 6-foot fences with top rail, braced panels shall consist of a horizontal pipe brace, midway between top and bottom of fence fabric, with a truss rod expending from midpoint of the line post diagonally to bottom of terminal post. Four-foot fences with top rail shall be braced with a truss rod connected to the bottom of the terminal post and extending to top of adjacent line posts. Four-foot fences without top rail shall have a horizontal brace pipe at the top of adjacent line posts. Four-foot fences without top rail shall have a horizontal brace pipe at the top of the fabric and a diagonal truss rod installed as described above. 028340 Page 2 of 6 Rev.10-30-2014 Gates shall be fabricated from 1.90 inch O.D. pipe weighing 2.72#/foot. Fabric on gates shall be the same as that specified for fencing. The following accessories shall be furnished for each gate: Corner and tee fittings of malleable iron or pressed steel having means for attaching diagonal bracing members. Hinges of malleable iron providing for full 180 degree swing with bottom hinges to be ball and socket type. Diagonal braces consisting of 3/8 inch diameter truss rods with turnbuckles, two to each gate frame. Vehicle gates shall have vertical 1.90 inch O.D. pipe brace at center of each gate leaf. Latches for single gates shall have a single fork latch with padlock eye; double leaf gates shall have two fork latches mounted on center plunger rod with padlock eye. Hold backs shall be provided for each leaf of vehicular gates, employing a semi- automatic hold back catch to be anchored at least 12 inches into a 12 inch diameter by 24 inch deep concrete footing. A malleable iron center rest, designed to receive the plunger rod, to be anchored at least 12 inches into a 12-inch diameter by 24 inch deep concrete footing, shall be provided for all double leaf gates. The top of all gate frames shall align with the fencing top rail. Vehicular gates shall be 4 inches greater in overall height than the adjacent fencing so as to extend to within 2 inches of pavement between 6-inch curbs, if curbs are designated on the plans. Barbed wire, where specified, shall be 12 ❑ gauge with barbs s 5 inches apart. Three strands of barbed wire will be required where barbed wire top is specified. Barbed wire support arms shall be at an angle of 45 degrees from vertical and shall have clips for attaching 3 strands of barbed wire. Each support arm shall be of sufficient strength to support a 200 lb. weight applied at the outer strand of barbed wire. Stretcher bars shall not be less than 3/16" inch by 3/4" inch flat steel and not more than 2 inches shorter than the fabric height. One stretcher bar shall be provided for each gate and end post. Two stretcher bars shall be provided for each corner and pull posts. Stretcher bars shall be attached to terminal posts with 1 inch x 1/8 inch 028340 Page 3 of 6 Rev.10-30-2014 flat steel bands with 3/8 inch carriage bolts at intervals not exceeding 15 inches. Miscellaneous fittings and fasteners shall be furnished in sufficient quantities to erect all fencing materials in a proper manner. Approval of fence materials shall be obtained from the Engineer prior to erection. Galvanizing and Aluminum Coating. All material used in "Chain Link Security Fence" shall be hot dip zinc coated as specified by the following, except that the fabric may be aluminum coated: All posts and pipe: ASTM Designation: A 120 (1.8 oz/sf). All H-beam sections: ASTM Designation: A 123 (2.0 oz/sf). Fence fabric: ASTM Designation: A 392, Class 1 (1.2 oz/sf) or ASTM Designation: A 491 (0.40 oz/sf). Tension wire,barbed wire: ASTM Designation: A 121, Class III(0.80 oz/sf). Post caps, stretcher bars, miscellaneous fittings: ASTM Designation: A 153. Weight of zinc coating for all items shall be determined in accordance with ASTM Test Designation: A 90 except for core wire which shall have a galvanized coating weighing not less than 0.35 ounces of zinc per square foot. Field welds and cuts shall be touched-up with an approved zinc coating. 3. CONSTRUCTION METHODS Clearing and Grading. The Contractor shall perform all clearing of brush, rocks and debris which may be necessary for the installation of this fencing. The Engineer will stake out the locations for corner posts and terminal posts in this installation. The fencing panels between corner and terminal posts shall generally follow the finished ground elevations. However, the Contractor shall grade off minor irregularities in the path of the fencing as necessary to limit the variation of grade under the bottom edge of fence fabric to a distance of not more than six inches and not less than two inches to the ground. Post Spacing. Maximum spacing for line posts shall be 10 feet 0 inches. Pull posts shall be located not more than 500 feet apart and at each change in direction exceeding 20 degrees, both horizontally and vertically. Runs of fencing over 500 feet but less than 1,000 feet shall have a pull post in the center of the run. Postholes. Holes for concrete footings for all posts shall be drilled to the dimensions listed in the following tables: 028340 Page 4 of 6 Rev.10-30-2014 Holes for Line and End Posts Tune Post Fabric Height Min.Hole Min.Hole Post Diameter Depth Embedment Line 4' 9" 30" 24" Line 6" 10" 36" 30" End 4' 12" 36" 30" End 6' 12" 48" 42" Holes for Gate Posts Gate Post Size Min. Hole Min. Hole Depth Post Diameter Embedment 2.875" O.D. x 5.79# 12" 42" 36" 4" O.D. x 9.10# 18" 48" 42" 6.625" O.D. x 18.97# 18" 54" 48" Where solid rock is encountered without an overburden of soil, line posts shall be set a minimum depth of 12 inches, and end, corner, gate and pull posts a minimum of 18 inches into the solid rock. The hole shall have a minimum diameter one inch greater than the largest dimension of the post section to be set. After the post is set and plumbed, the hole shall be filled with grout consisting of one part Portland cement and three parts clean, well-graded sand. Other grouting materials may be used if approved or specified by the Engineer. The grout shall be thoroughly worked into the hole so as to leave no voids. The grout shall be crowned to carry water from the post. Where solid rock is covered by an overburden of soil or loose rock, the posts shall be set to the full depth shown in Table above unless the penetration into solid rock reaches the minimum depths specified above, in which case, the depth of penetration may be terminated. Concrete footings shall be constructed from the solid rock to the top of the ground. Grouting will be required on the portion of the post in solid rock. Excavated material from footings shall be removed from the job site by the Contractor. Concrete for Footings. Concrete for footings shall be Class "B" concrete in accordance with Section 030020, unless otherwise specified on plans. All concrete footings shall be cast up to finish grade and crowned 2 inches to shed water. Excess concrete not used in the footings, and any other construction debris, shall be removed from the site. Fabric Erection. The fence fabric shall be erected by securing one end and applying sufficient 028340 Page 5of6 Rev.10-30-2014 tension to the other end to remove all slack before making attachments. The fabric shall be cut and each span shall be attached independently at all corner posts and pull posts. Fastening to end, pull, corner and gateposts shall be with stretcher bars which shall be secured to the posts with stretcher bar bands at intervals not exceeding 15 inches. Fence fabric shall generally follow the finished contour of the site with the bottom edge of fabric located 2 inches above the grade. In uneven areas, the ground shall be graded so that the maximum distance between bottom of fabric and ground in limited to 6 inches. Electric grounds. Grounding rods shall be at least 5/8 inch diameter by 8 feet long "copperweld" rods driven or drilled into the soil so that the top of the rod is approximately 6 inches below grade. A No. 6 solid copper conductor shall be clamped to the ground rod and the bottom tension wire of the fence with cast bronze clamps with bronze or stainless steel bolts and washers. Each 1,000-foot of fence shall be provided with a ground located near the center of the run. At least one electrical ground shall be installed for each fenced closure. A ground shall be provided directly under the point where a power line passes over the fence. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link security fence shall be measured by the linear foot. Measurement shall include but not be limited to furnishing and erecting all fence materials, gates, caps, concrete, ground wires, and cleanup. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials required, all labor, all tools, all equipment and all other incidentals required to complete the work as shown on the contract drawings and as specified herein. 028340 Page 6of6 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 PART T: TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS REV. DATE DIVISION 02 SITE WORK 022 Earthwork 022020-T Excavation and Backfill for Utilities 12-20-19 028020-T Seeding 03-25-15 028 Site Improvements and Landscaping 028390-T Pre-Cast Concrete Security Fence - DIVISION 03 STRUCTURAL CONCRETE 030 Structural Concrete, Grout 031000-T Concrete Forming and Accessories - 032000-T Concrete Reinforcing - 033000-T Cast-In-Place Concrete - DIVISION 09 FINISHES 090 Finishes 099040-T TXDOT Item 427 Surface Finishes For Concrete (TXDOT) - 099060-T TXDOT DMS8111 Anti-Graffiti Coatings (TxDoT) - DIVISION 316 SPECIAL FOUNDATION AND LOAD-BEARING ELEMENTS 316316-T Drilled Concrete Piers and Shafts - SECTION 022020-T 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-T 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-T 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 storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020-T Page 3 of 4 Rev.3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement-stabilized sand containing a minimum of 1.5 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-T Page 4 of 4 Rev.3-25-2015 SECTION 028020-T 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. 22 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-T Pagel of 4 Rev.3-25-2015 23 MULCH: Mulch shall be either the straw type or wood cellulose fibertype. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slung; 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. 24 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 40lbs. 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-T 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. 32 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. 33 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-T 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 25001b./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. 34 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. 35 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 inch. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warrantyperiod. 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 forpayment. 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-T Page 4 of 4 Rev.3-25-2015 SECTION 028390-T PRE-CAST CONCRETE SECURITY FENCE 1. GENERAL 1.1. SUMMARY A. This section specifies requirements for precast concrete screening walls, perimeter fencings and noise walls and installation instructions as required for complete, high quality and long-lasting walls. The design shall not be conducive to providing habitat for wildlife and should avoid the entrapment of water, dirt, and debris. B. Related Sections: the following Sections contain requirements that relate to this Sections: 1. Section 031000-T "Concrete Forming and Accessories;" 2. Section 032000-T "Concrete Reinforcing;" 3. Section 033000-T "Cast-In-Place Concrete;" 4. Section 099040-T "Reference Specifications—TXDOT Item 427 Surface Finishes For Concrete;" 5. Section 316316-T "Drilled Concrete Piers and Shafts." 1.2. QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has experience with architectural precast concrete screening wall or noise barrier projects with similar material and of similar scope to that indicated for this Project with a successful construction record of in-service performance. Installer must submit the names, location, phone number and three references as well as description of the project successfully completed for each reference. B. Manufacturer Qualifications: Engage a firm experienced in producing precast concrete screening wall units or noise barrier units in accordance to those indicated for this Project and with a record of success in-service performance, as well as sufficient production capacity to produce required units without delaying the Work. 1.3. REFERENCES A. PCI's MNL-117 "Manual for Quality Control for Plants and Production of Architectural Precast Concrete Products" B. PCI's MNL-120 "PCI Design Handbook— Precast and Prestressed Concrete" C. ACI 318 (ACI 318M) "Building Code Requirements for Reinforced Concrete" D. ACI 305R—"Hot-Weather Placement" E. ACI 306R—"Cold-Weather Placement" F. CRSI's "Manual of Standard Practice" for fabricating, placing and supporting reinforcement. G. ASTM A82 —"Reinforcing Wire" H. ASTM A615—"Reinforcing Bars" I. ASTM C33—"Coarse Aggregate" J. ASTM C33—"Fine Aggregate" K. ASTM C150 —"Portland Cement" L. ASTM C260 —"Air-Entraining Admixture" M. ASTM C494 —"High-Range, Water-Reducing Admixture" N. ASTM C979 —"Coloring Agent" 02 83 90-T-1 O. ASTM C1107—"Non-Shrink Grout" P. ASTM C1116—"Synthetic Fiber-Reinforced Concrete" Q. ASTM E90-75 "Standard Recommended Practice for Laboratory Measurements of Airborne Sound Transmission Loss of Building Partitions" 1.4. SUBMITTALS A. General: Submit the following according to the General Requirements of the Project: 1. Product Data: Furnish Manufacturer's literature for each architectural precast concrete screening wall or noise barrier. 2. Color Chart: Show full range of available base and accent colors 3. Shop Drawings: Provide working drawings indicating all information necessary for precasting screening wall or noise barrier elements. Drawings shall illustrate the shape and dimension of precast components; the size, quantity and details of the reinforcing steel; the quantity, type, size and details of connection and lifting hardware; the size and location of drain openings; and any additional details necessary. Drawings shall bear the seal of a registered professional engineer. 4. Samples: Furnish samples of each type, texture and color of concrete screening wall or noise barrier units required for Project. 5. Certification: Furnish Manufacturer's certificate of certification by the National Precast Concrete Association (NPCA) or an equivalent organization such as the Precast/Prestressed Concrete Institute's (PCI). 1.5. PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery and handling: 1. Precast concrete members shall be lifted and supported during manufacturing, stockpiling, transporting and erection operations only at the lifting or supporting points, as shown on the shop drawings, and with suitable lifting devices, if applicable. 2. Transportation, site handling, and erection shall be performed with acceptable equipment. B. Storage: 1. Store all units off ground. 2. Place stored units so that identification marks are discernible. 3. Separate stacked members by battens across full width of each bearing point. 4. Stack so that lifting devices are accessible and undamaged, if applicable. 5. Store in compliance with PCI Design Handbook. 02 83 90-T-2 1.6. PROJECT CONDITIONS A. Field Measurements: Verify layout information for fences and gates shown on the Drawings in relation to the property survey and existing structures. Verify grades and dimensions by field measurements. Notify the O.A.R./Engineer immediately and prior to commencing construction of any observed conflicts or discrepancies. 2. PRODUCTS 2.1. MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, products that may be incorporated in the work include, but are not limited to, the following: 1. Permacast Walls 6015 21 st St. E Bradenton, Florida 34203 Phone: (888) 977-9255 2. C&M Concrete Precast & Construction 110 Cedar Mill Rd Kerrville, Texas 78028 Phone: (830) 367-5988 3. Product to be manufactured by a NPCA (National Precast Concrete Association) certified factory in the USA. 2.2. MATERIALS A. Wall System (Panels and Columns) 1. 8' and 10' high. 2. Panels shall have a rub finish on both sides. 3. Columns shall have a rub finish on all four sides except where the notch appears to receive the connecting panel. 4. Panels shall be monolithic. 5. Columns shall be monolithic. 6. Color: selected from Manufacturer's color chart. 7. Panel, Posts and caps shall be normal weight concrete having sand and gravel or crushed stone aggregates mixed with ASTM-Cl50, Type I or Type III Portland Cement and shall have minimum compression strength of 4,500 psi @ 28 days. 8. Column Footings: depth and width and steel reinforcing as per approved engineer's drawings in accordance with local building code requirements. Footings may be closer and panels cut to accommodate changes in direction to fit property lines and/or project requirements. 9. Panel Reinforcing: Minimum perimeter rectangle of#4 steel rebar 6" from all four edges of each panel. Additional reinforcing as per approved engineer's drawings in 02 83 90-T-3 accordance with local building code requirements. 10. Wall panels set per Manufacturer's recommendations. 11. Loading: Wind loading and surcharge loads, will be applied to the panels, columns, and foundation components per structural notes. 12. Nonmetallic, Nonshrink Grout: Premixed, nonmetallic, noncorrosive, nonstaining grout containing selected silica sands, portland cement, shrinkage-compensating agents, and plasticizing and water-reducing agents; complying with ASTM C 1107 grade B, of consistency suitable for application. Compressive strength at 28 days shall be 5000 psi and/or panel Manufacturer's recommendation. B. Components Dimensions 1. Columns shall have typical dimensions of 1'-9" x 1'-6" with 4" minimum depth notch to receive the ends of each panel (See construction drawings for non-typical columns shapes). 2. Panels shall have a typical dimension of 20' long by 8' or 10' tall by 6" thick (Refer to construction drawings for non-typical panel sizes). 3. Caps shall have a typical 1-1/2" overhang on all sides (See construction drawings for typical cap shapes). 4. Columns shall be cast-in-place on top of pier footings previously poured in place. 5. Panel Reinforcing: Minimum perimeter rectangle of#4 steel rebar 6" from all four edges of each panel. Additional reinforcing (if required) as per approved engineer's drawings in accordance with local building code requirements. 6. Column Reinforcing: Minimum of 8, #6 verticals with #3 horizontal stirrups at 12" centers. Additional reinforcing as per approved engineer's drawings in accordance with local building code requirements. C. Piers (Column Footings) 1. 20' on-center (maximum) 2. Diameter: 30" typical 3. Reference Section 316316-T "Drilled Concrete Piers and Shafts" for additional requirements. D. Concrete: Reference Section 031000-T "Concrete Forming and Accessories," and Section 033000-T "Cast-In-Place Concrete." E. Reinforcing Materials: Reference Section 032000-T "Concrete Reinforcing;" 3. EXECUTION 3.1. INSTALLATION A. General: install per Manufacturer's recommendations. 02 83 90-T-4 1. Utilities: contact local "Utility Locator" (One-Call)with sufficient time before commencing construction to allow for existing utilities to be located within the Project limits. Consult with the appropriate utility company before beginning work. 2. Soils: Reference Geotechnical Report "Rock Engineering Report Number: G123180 Dated: July 27,2023, for ONSWTP Concrete Perimeter Wall" and requirements in Section 316316-T "Drilled Concrete Piers and Shafts." 3. Align, level, and plumb posts and panels to be plumb. Adjust post and panels as required for site elevation changes. 4. Secure all topmost precast components of fence as required to deter casual removal. 3.2. ERECTION A. Use erection equipment with care to prevent damage to floor slabs and panels. B. Lift, support, and erect panels only at designated lifting or supporting points indicated on Shop Drawings. C. Do not erect panels until 75 percent of 28-day compressive strength of concrete has been verified. D. Install concrete panels level, plumb, square, and true. Place panels on leveled grout- setting pads or shims in correct position. Maintain joint width as per Manufacturer recommendation. E. Temporarily brace and support panels/columns securely in position against loads comparable in intensity to those for which structure was designed. Maintain braces and supports in place, undisturbed, until entire integrated supporting structure has been completed and permanent connections to panels are secured. F. Solidly grout-fill gaps between foundation system and bottom of panels. 3.3. ERECTION TOLERANCES A. Install concrete panel without exceeding the Manufacturer's recommended tolerances. 3.4. DAMAGED UNITS A. Replace panels and other components of work that have been damaged. B. Cleaning: Prior to Substantial Completion clean surfaces of fence as recommended by fence Manufacturer END OF SECTION 02 83 90-T-5 SECTION 03 10 00-T CONCRETE FORMING AND ACCESSORIES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Formwork for cast-in place concrete. 2. Shoring, bracing, and anchorage. 3. Form accessories. 4. Form stripping. B. Related Sections: 1. Section 03 20 00-T, Concrete Reinforcing. 2. Section 03 30 00-T, Cast-In-Place Concrete. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Formwork (Vertical Structures): 1. Basis of Measurement: By the square foot. 2. Basis of Payment: Includes form materials, placement, placing accessories, stripping. B. Formwork (Horizontal Supported Structures): 1. Basis of Measurement: By the square foot. 2. Basis of Payment: Includes form materials, placement, placing accessories, stripping. 1.3 REFERENCES A. American Concrete Institute (ACI): 1. 117, Standard Specifications for Tolerances for Concrete Construction and Materials. 2. 301, Specifications for Structural Concrete. 3. 318, Building Code Requirements for Structural Concrete. 4. 347, Guide to Formwork for Concrete. B. American Forest and Paper Association: AF&PA, National Design Specifications for Wood Construction. C. The Engineered Wood Association: APA/EWA PS 1, Voluntary Product Standard for Construction and Industrial Plywood. D. American Society of Mechanical Engineers (ASME): A17.1, Safety Code for Elevators and Escalators. 03 10 00-T - 1 E. ASTM International (ASTM): 1. D1751, Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 2. E96/E96M, Standard Test Methods for Water Vapor Transmission of Materials. F. West Coast Lumber Inspection Bureau (WCLIB): Standard Grading Rules for West Coast Lumber. 1.4 DESIGN REQUIREMENTS A. Design, engineer, and construct formwork, shoring and bracing in accordance with ACI 318 to conform to design and applicable code requirements to achieve concrete shape, line and dimension as indicated on Contract Drawings. B. Forms shall be designed with consideration of rate, method of placing concrete, and construction loads to be encountered, including vertical, horizontal, and impact loads. 1.5 SUBMITTALS A. Information on the Contractor's proposed forming system: Submit in such detail as the Engineer may require assuring himself that the intent of the specifications can be complied with by use of the proposed system. B. Approval by the Engineer shall in no way relieve the Contractor of his responsibility to provide forms adequate and satisfactory for the purpose required. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347, ACI 301, and ACI 318. B. For wood products furnished for work of this Section, comply with AF&PA. C. Install work in accordance with local, state, and federal regulations. D. Maintain one copy of each document on site. 1.7 QUALIFICATIONS A. Design formwork under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of Texas. B. Qualifications of Formwork Manufacturers: Use only forming systems manufactured by manufacturers having minimum 5 years' experience, except as otherwise specified, or accepted in writing by the Engineer. 03 10 00-T - 2 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver void forms and installation instructions in manufacturer's packaging. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.9 COORDINATION A. Coordinate this Section with other sections of work requiring attachment of components to formwork. PART PRODUCTS 2.1 WOOD FORM MATERIALS A. Lumber Forms: 1. Application: Use for edge forms and unexposed finish concrete. 2. Boards: 6 inches or 8 inches in width, shiplapped or tongue and groove, "Standard" Grade Southern Yellow Pine, conforming to WCLIB Standard Grading Rules for West Coast Lumber. Surface boards on four sides. B. Plywood Forms: 1. Application: Use for exposed finish concrete. 2. Forms: Conform to PS 1; five-ply plywood sheets made with 100 percent waterproof adhesive and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement; full size 4 feet by 8 feet panels; each panel labeled with grade trademark of APA/EWA. 3. Plywood for Surfaces to Receive Membrane Waterproofing: Minimum of 3/4 inch thick; APA/EWA "B-B Plyform Structural I Exterior" grade. 4. Plywood where "Smooth Finish" is required, as indicated on Contract Drawings: APA/EWA "HD Overlay Plyform Structural I Exterior" grade, minimum of 3/4-inch thick. 2.2 PREFABRICATED FORMS A. Preformed Steel Forms: Rigidly constructed matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. B. Glass Fiber Fabric Reinforced Plastic Forms: Matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished concrete surfaces. C. Steel Forms: Sheet steel, suitably reinforced, and designed for particular use indicated on Contract Drawings. D. Form Liners: Smooth, durable, grainless and non-staining hardboard, unless otherwise indicated on Contract Drawings. 03 10 00-T - 3 E. Framing, Studding and Bracing: Southern Yellow Pine No. 2 with grade stamp clearly visible. 2.3 FORMWORK ACCESSORIES A. Form Ties: 1. General: a. Provide form ties for forming system selected that are manufactured by a recognized manufacturer of concrete forming equipment. b. Provide ties of type that accurately tie, lock, and spread forms. C. Do not allow holes in forms for ties to allow leakage during placement of concrete. B. Cone-Snap or Flat Bar Form Ties: 1. Cone-snap ties shall form a cone shaped depression in the concrete with a minimum diameter of 1 inch at the surface of the concrete and 1-1/2 inches deep. 2. Provide neoprene waterseal washer that is located near the center of the concrete. C. Taper Ties: 1. Neoprene Plugs for Taper Tie Holes: Size so that after they are driven, plugs are located in center third of wall thickness. 2. Dry-Pack Mortar for Filling Taper Tie Holes: a. Consist of mix of 1 part of Portland cement to 1 part of plaster sand. b. Amount of water to be added to cement-sand mix is to be such that mortar can be driven into holes and be properly compacted. C. Admixtures or Additives: Are not to be used in dry-pack mortar. D. Spreaders: Standard, non-corrosive metal form clamp assembly, of type acting as spreaders and leaving no metal within 1-1/2 inches of concrete face. Wire ties, wood spreaders or through bolts are not permitted. E. Form Anchors and Hangers: 1. Do not use anchors and hangers exposed concrete leaving exposed metal at concrete surface. 2. Symmetrically arrange hangers supporting forms from structural steel members to minimize twisting or rotation of member. 3. Penetration of structural steel members is not permitted. F. Form Release Agent: Colorless mineral oil that will not stain concrete, or absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. 03 10 00-T - 4 G. Corners: Chamfer, rigid plastic, or wood strip type; 3/4 inch bevel unless indicated otherwise on Contract Drawings; maximum possible lengths. Provide 1/4 inch bevel at expansion and construction joints. H. Keyways: Steel, plastic, or lumber treated with form coating, applied according to label directions. I. Dovetail Anchor System: System consisting of dovetail slots cast into the concrete, dovetail anchors that tie the masonry veneer to dovetail slots, and continuous wires that are embedded in the masonry and connect to the dovetail anchors: 1. Dovetail Slot: 18-gauge, Type 304 stainless steel in accordance with ASTM A167, foam filled and in 10-foot lengths. a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY; Model No. 305. 2) Heckmann Building Products, Inc.; Chicago, IL; Model No. 100. b. Substitutions: Submit substitutions for approval. 2. Dovetail Anchors: 23 gage, 1 inch wide, Type 304 stainless steel in accordance with ASTM A167, and with seismic notch for attachment to wire embedded in masonry. a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY; Model No. 303SV. 2) Heckmann Building Products, Inc.; Chicago, IL; Model No. 361. 3) Substitutions: Submit substitutions for approval. 3. Wire Reinforcement: 9-gauge, Type 304 stainless steel wire in accordance with ASTM A580. a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY. 2) Heckmann Building Products, Inc.; Chicago, IL. J. Flashing Reglets: Galvanized steel or rigid PVC, 22-gauge thick, longest possible lengths, with alignment splines for joints, foam filled, release tape sealed slots, anchors for securing to concrete formwork. K. Bituminous Joint Filler: ASTM D1751. L. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Size, strength, and character to maintain formwork in place while placing concrete. PART 3 EXECUTION 3.1 EXAMINATION A. Verify lines, levels, and centers before proceeding with formwork. Verify dimensions agree with Contract Drawings. 03 10 00-T - 5 B. When formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement before proceeding, request instructions from Engineer. C. Do not place any concrete until all forms have been thoroughly checked for alignment, level, strength, and to assure accurate location of all mechanical and electrical inserts or other embedded items. 3.2 INSTALLATION A. Earth Forms: 1. Trench earth forms neatly, accurately, and at least 2 inches wider than footing widths indicated on Contract Drawings. 2. Trim sides and bottom of earth forms. 3. Construct wood edge strips at top of each side of trench to secure reinforcing and prevent trench from sloughing. 4. Form sides of footings where earth sloughs. 5. Tamp earth forms firm and clean forms of debris and loose material before depositing concrete. B. Formwork- General: 1. Provide top form for sloped surfaces steeper than 1.5 horizontal to 1 vertical to hold shape of concrete during placement, unless it can be demonstrated that top forms can be omitted. 2. Construct forms to correct shape and dimensions, mortar-tight, braced, and of sufficient strength to maintain shape and position under imposed loads from construction operations. 3. Camber forms where necessary to produce level finished soffits unless otherwise shown on Contract Drawings. 4. Carefully verify horizontal and vertical positions of forms. Correct misaligned or misplaced forms before placing concrete. 5. Complete wedging and bracing before placing concrete. C. Forms for Smooth Finish Concrete: 1. Use steel, plywood, or lined board forms. 2. Use clean and smooth plywood and form liners, uniform in size, and free from surface and edge damage capable of affecting resulting concrete finish. 3. Install form lining with close-fitting square joints between separate sheets without springing into place. 4. Use full size sheets of form lines and plywood wherever possible. 5. Tape joints to prevent protrusions in concrete. 6. Use care in forming and stripping wood forms to protect corners and edges. 7. Level and continue horizontal joints. 8. Keep wood forms wet until stripped. 03 10 00-T - 6 D. Forms for Surfaces to Receive Membrane Waterproofing: Use plywood or steel forms. After erection of forms, tape form joints to prevent protrusions in concrete. E. Framing, Studding and Bracing: 1. Space studs at 16 inches on center maximum for boards and 12 inches on center maximum for plywood. 2. Size framing, bracing, centering, and supporting members with sufficient strength to maintain shape and position under imposed loads from construction operations. 3. Construct beam soffits of material minimum of 2 inches thick. 4. Distribute bracing loads over base area on which bracing is erected. 5. When placed on ground, protect against undermining, settlement, or accidental impact. F. Erect formwork, shoring, and bracing to achieve design requirements, in accordance with requirements of ACI 301 and ACI 318. G. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. H. Obtain Engineer's approval before framing openings in structural members not indicated on Drawings. I. Install chamfer strips on external corners of beams, joists, columns, and slabs exposed to view. J. Do not reuse wood formwork more than three times for concrete surfaces to be exposed to view. Do not patch formwork. 3.3 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces are indicated to receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. D. Reuse and Coating of Forms: Thoroughly clean forms and reapply form coating before each reuse. For exposed work, do not reuse forms with damaged faces or edges. Apply form coating to forms in accordance with manufacturer's specifications. Do not coat forms for concrete indicated to receive "scored finish". Apply form coatings before placing reinforcing steel. 03 10 00-T - 7 3.4 INSTALLATION - INSERTS, EMBEDDED PARTS, AND OPENINGS A. Install formed openings for items to be embedded in or passing through concrete work. B. Locate and set in place items required to be cast directly into concrete. C. Coordinate with Work of other sections in forming and placing openings, slots, reglets, recesses, sleeves, bolts, anchors, other inserts, and components of other Work. D. Install accessories straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. F. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. G. Form Ties: 1. Use sufficient strength and sufficient quantity to prevent spreading of forms. 2. Place ties at least 1 inch away from finished surface of concrete. 3. Leave inner rods in concrete when forms are stripped. 4. Space form ties equidistant, symmetrical and aligned vertically and horizontally unless otherwise shown on Contract Drawings. 5. Cone-Snap Rod and Bar Ties: Tie forms together at not more than 2-foot centers vertically and horizontally. After forms are removed from wall, fill tie holes as follows: a. Remove form ties from surfaces. b. Roughen cone shaped tie holes by heavy sandblasting before repair. C. Dry pack cone shaped tie holes with dry-pack mortar. 6. Taper Ties: a. After forms and taper ties are removed from wall, plug tie holes with neoprene plug as follows: 1) Heavy sandblast and then clean tie holes. 2) After cleaning, drive neoprene plugs into each of taper tie holes with steel rod. Final location of neoprene plug shall be in center third of wall thickness. Bond neoprene plug to concrete with epoxy. 3) Locate steel rod in cylindrical recess, made in plug, during driving: a) At no time are plugs to be driven on flat area outside cylindrical recess. b. Dry-Pack of Taper Tie Holes: After installing plugs in tie holes: 1) Coat tie hole surface with epoxy bonding agent and fill with dry-pack mortar: 03 10 00-T - 8 2) Dry-Pack Mortar: Place in holes in layers with thickness not exceeding tie hole diameter and heavily compact each layer. 3) Dry pack the outside of the hole no sooner than 7 days after the inside of the hole has been dry packed. 4) Wall surfaces in area of dry-packed tie holes: On the water side of water containing structures and the outside of below grade walls: a) Cover with minimum of 10 mils of epoxy gel. b) Provide epoxy gel coating on wall surfaces that extend minimum of 2 inches past dry-pack mortar filled tie holes. c) Provide finish surfaces that are free from sand streaks or other voids. H. Arrangement: Arrange formwork to allow proper erection sequence and to permit form removal without damage to concrete. I. Construction Joints: 1. Install surfaced pouring strip where construction joints intersect exposed surfaces to provide straight line at joints. 2. Just prior to subsequent concrete placement, remove strip and tighten forms to conceal shrinkage. 3. Show no overlapping of construction joints. Construct joints to present same appearance as butted plywood joints. 4. Arrange joints in continuous line straight, true, and sharp. J. Embedded Items: 1. Make provisions for pipes, sleeves, anchors, inserts, reglets, anchor slots, nailers, water stops, and other features. 2. Do not embed wood or uncoated aluminum in concrete. 3. Obtain installation and setting information for embedded items furnished under other Specification sections. 4. Securely anchor embedded items in correct location and alignment prior to placing concrete. 5. Verify conduits and pipes, including those made of coated aluminum, meet requirements of ACI 318 for size and location limitations. K. Openings for Items Passing Through Concrete: 1. Frame openings in concrete where indicated on Contract Drawings. Establish exact locations, sizes, and other conditions required for openings and attachment of work specified under other sections. 2. Coordinate work to avoid cutting and patching of concrete after placement. 3. Perform cutting and repairing of concrete required as result of failure to provide required openings. 03 10 00-T - 9 L. Screeds: 1. Set screeds and establish levels for tops of concrete slabs and levels for finish on slabs. 2. Slope slabs to drain where required or as shown on Contract Drawings. 3. Before depositing concrete, remove debris from space to be occupied by concrete and thoroughly wet forms. Remove freestanding water. M. Screed Supports: 1. For concrete over waterproof membranes and vapor retarder membranes, use cradle, pad or base type screed supports which will not puncture membrane. 2. Staking through membrane is not permitted. N. Cleanouts and Access Panels: 1. Provide removable cleanout sections or access panels at bottoms of forms to permit inspection and effective cleaning of loose dirt, debris, and waste material. 2. Clean forms and surfaces against which concrete is to be placed. Remove chips, saw dust and other debris. Thoroughly blow out forms with compressed air just before concrete is placed. 3.5 FORM CLEANING A. Clean forms as erection proceeds, to remove foreign matter within forms. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean-out ports. D. During cold weather, remove ice and snow from within forms. Do not use de- icing salts. Do not use water to clean out forms, unless formwork and concrete construction proceed within heated enclosure. Use compressed air or other means to remove foreign matter. 3.6 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads and removal has been approved by Engineer. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. 03 10 00-T - 10 D. Vertical Forms: 1. Remain in place minimum of 36 hours after concrete is placed. 2. If, after 36 hours, concrete has sufficient strength and hardness to resist surface or other damage, forms may be removed. E. Other Forms Supporting Concrete and Shoring: Remain in place as follows: 1. Sides of Footings: 24 hours minimum. 2. Vertical Sides of Beams, Girders, and Similar Members: 36 hours minimum. 3. Slabs, Beams, and Girders: Until concrete strength reaches specified strength f'c or until shoring is installed. 4. Shoring for Slabs, Beams, and Girders: Shore until concrete strength reaches specified strength. 5. Wall Bracing: Brace walls until concrete strength of beams and slabs laterally supporting wall reaches specified strength. F. Green Concrete: 1. No heavy loading on green concrete will be permitted. 2. Green concrete is defined as concrete with less than 100 percent of specified strength f'c. G. Immediately after forms are removed, carefully examine concrete surfaces, and repair any irregularities in surfaces and finishes as specified in Section 03 30 00, Cast-in-Place Concrete. 3.7 ERECTION TOLERANCES A. Tolerances: 1. Finish concrete shall conform to shapes, lines, grades, and dimensions indicated on the Drawings. 2. The maximum deviation from true line and grade shall not exceed tolerances listed below at time of acceptance of project. 3. Construct formwork to produce completed concrete surfaces within construction tolerances specified in ACI 117, paragraphs 2.1 through 2.2 and paragraphs 4.0 through 4.6, except as modified herein: a. Slabs: 1) Slope: Uniformly sloped to drain when slope is indicated on the Drawings. 2) Slabs Indicated to be Level: Have maximum deviation of 1/8-inch in 10 feet without any apparent changes in grade. b. On Circular Tank Walls: The Contractor may deviate from finish line indicated on the Drawings by use of forms with chord lengths not to exceed 2 feet. C. Inserts: Set inserts to tolerances required for proper installation and operation of equipment or systems to which insert pertains. 03 10 00-T - 11 d. Maximum Tolerances: As follows: Item Tolerance Sleeves and Inserts Plus 1/8 Minus 1/8 inches Projected Ends of Anchor Plus 1/4 Minus 0.0 inches Bolts Anchor Bolt Setting Plus 1/16 Minus 1/16 inches 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Notify Engineer after placement of reinforcing steel in forms, but minimum 48 hours prior to placing concrete. C. Schedule concrete placement to permit formwork inspection before placing concrete. END OF SECTION 03 10 00-T - 12 SECTION 03 20 00-T CONCRETE REINFORCING PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Reinforcing bars. 2. Welded wire fabric. 3. Reinforcement accessories. B. Related Sections: 1. Section 03 10 00-T- Concrete Forming and Accessories. 2. Section 03 30 00-T- Cast-In-Place Concrete. 1.02 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 318 - Building Code Requirements for Structural Concrete. 3. ACI SP-66 - ACI Detailing Manual. B. ASTM International: 1. ASTM A82/A82M - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A184/A184M - Standard Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. A185/A185M-07 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. 4. ASTM A496/A496M - Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. 5. ASTM A497/A497M - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 6. ASTM A615/A615M - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 7. ASTM A704/A704M - Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement. 8. ASTM A706/A706M - Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 9. ASTM A767/A767M - Standard Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete Reinforcement. 10. ASTM A775/A775M - Standard Specification for Epoxy-Coated Steel Reinforcing Bars. 11. ASTM A884/A884M - Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Reinforcement. 12. ASTM A934/A934M - Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars. 13. ASTM A996/A996M — Standard Specification for Rail-Steel and Axle- Steel Deformed Bars for Concrete Reinforcement. 03 20 00-T- 1 C. Concrete Reinforcing Steel Institute: 1. CRSI - Manual of Standard Practice. 2. CRSI - Placing Reinforcing Bars. 1.03 SUBMITTALS A. Shop Drawings: Indicate bar size, spacing, location, and quantity of reinforcing steel or welded wire fabric, bending and cutting schedules, and supporting and spacing. B. Manufacturer's Certificate: 1. Submit certified copies of mill test report of reinforcement materials analysis. 1.04 QUALITY ASSURANCE A. Perform Work in accordance with CRSI - Manual of Standard Practice, ACI 301 and/or ACI 318. B. Prepare shop drawings in accordance with ACI SP-66. C. Maintain one copy of each document on site. 1.05 COORDINATION Coordinate with placement of formwork, formed openings and other Work. PART 2— PRODUCTS 2.01 REINFORCEMENT A. Reinforcing Steel: ASTM A615/A615M, 60 ksi yield grade, deformed billet bars, uncoated finish. B. Welded Plain Wire Fabric: ASTM Al85/A185M; in flat sheets; unfinished. 2.02 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type, unfinished. B. Chairs, Bolsters, Bar Supports, and Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor retarder puncture. C. Special Chairs, Bolsters, Bar Supports, and Spacers Adjacent to Weather Exposed Concrete Surfaces: Plastic-coated steel hot-dip galvanized metal spacers with plastic tips, stainless steel or plastic spacers type, size and shape to meet Project conditions. 2.03 FABRICATION A. Fabricate concrete reinforcement in accordance with CRSI Manual of Practice and ACI 318. B. Form standard hooks for 180-degree bends, 90-degree bends, stirrup and tie hooks, and seismic hooks as indicated on Contract Drawings. C. Reinforcing shall be bent cold, true to the shapes indicated on the Contract Drawings. Bending shall preferably be done in the shop. D. Irregularities in bending shall be cause for rejection. E. Form reinforcement bends with minimum diameters in accordance with ACI 318. F. Fabricate column reinforcement with offset bends at reinforcement splices. G. Form spiral column reinforcement from minimum 3/8-inch diameter continuous deformed bar or wire. 03 20 00-T-2 H. Form ties and stirrups from the following, unless otherwise indicated on Contract Drawings: 1. For bars No. 10 and Smaller: No. 3 deformed bars. For bars No. 11 and Larger: No. 4 deformed bars. I. Locate reinforcement splices not indicated on Contract Drawings, at point of minimum stress. Submit location of splices to Engineer for review and approval. PART 3— EXECUTION 3.01 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position beyond specified tolerance. 1. Do not weld crossing reinforcement bars for assembly. 2. Unless otherwise shown on the Contract Drawings, dimensions shown for reinforcing bars are out to out of steel. 3. All reinforcing steel shall be tied at all intersections. Where spacing is less than one foot in each direction, tie every other intersection. 4. Reinforcing steel shall be supported and tied in such a manner as to provide a sufficiently rigid cage of steel. 5. If the cage is not adequately supported to resist settlement or floating upward of the steel, over-turning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. 6. Sufficient measurements shall be made during concrete placement to ensure that the reinforcement remains in the proper position. B. Do not displace or damage vapor retarder. C. Accommodate placement of formed openings. Check drawing requirements (plans, sections and details) for additional reinforcing steel at all openings. D. Space reinforcement bars with minimum clear spacing in accordance with ACI 318 of one bar diameter, but not less than 1 inch. 1. Where bars are indicated in multiple layers, place upper bars directly above lower bars. E. For cast-in-place concrete, maintain concrete cover around reinforcement in accordance with ACI 318 as follows, unless specifically noted otherwise on "Issued for Construction" drawings: Reinforcement Location Minimum Concrete Cover Concrete cast against and permanently 3 inches exposed to earth Concrete exposed No. 6 bars and larger 2 inches to earth or No. 5 bars and smaller 1-1/2 inches weather Concrete not No. 14 bars and larger 1-1/2 inches 03 20 00-T- 3 exposed to No. 11 bars and smaller 3/4 inches weather or in contact with ground; slabs, walls &joists Beams and Columns 1-1/2 inches Shell and Folded No. 6 bars and larger 3/4 inch Plate Members No. 5 bars and smaller 1/2 inch F. Splice reinforcing where indicated on Contract Drawings and in accordance with splicing device manufacturer's instructions. G. Development and splices of reinforcing steel shall be in accordance with ACI 318. H. When placed in the work, reinforcement shall be free from dirt, grease, oil, concrete laitance or other foreign matter prior to concrete placement. I. Reinforcing shall be free from injurious defects such as cracks and laminations. J. Install additional top and bottom corner bars, same size and quantity as the beam, footing or wall reinforcing, shown on the Contract Drawings and at all beam corners and interior/exterior beam, footing or wall intersections. K. Unless noted otherwise, corner or intersection bar lap lengths shall be a minimum of 40 bar diameters in both directions. 3.02 STORING Steel reinforcing 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. 3.03 ERECTION TOLERANCES Install reinforcement within the following tolerances for flexural members, walls, and compression members: Reinforcement Depth Tolerance Concrete Cover Depth Tolerance Greater than 8 plus or minus 3/8 inch minus 3/8 inch inches Less than 8 inches plus or minus 1/2 inch minus 1/2 inch 3.04 FIELD QUALITY CONTROL A. The contractor shall implement a quality control plan to ensure that the reinforcing size, type, finish, spacing, cover, splicing, material and placement are in accordance with the "Issued for Construction" drawings. B. If the project requires reinforcing inspections, no concrete shall be deposited until the engineer has inspected the reinforcing steel and has given permission to 03 20 00-T-4 proceed with concrete placement. Notify the engineer a minimum of 48 hours prior to the planned concrete pour. C. The contractor shall provide free access to Work and cooperate with the engineer or engineer's appointed inspector. END OF SECTION 03 20 00-T- 5 SECTION 03 30 00-T CAST-IN-PLACE CONCRETE PART 1 — GENERAL 1.01 SUMMARY A. This item shall govern for the construction of all types of structures involving the use of concrete, except where the requirements are waived or revised by other governing specifications. B. This item shall also govern the materials used, the storing and handling of material, and the proportioning and mixing of concrete. C. Related Sections 1. Section 03 10 00-T- Concrete Forming and Accessories 2. Section 03 20 00-T- Concrete Reinforcing 1.02 SUBMITTALS A. Product Data: Submit data on manufactured products,admixtures and vapor barrier. B. Design Data: 1. Submit concrete mix design for each concrete strength/class indicated on Contract Drawings a minimum of fifteen days prior to concrete placement. Submit separate mix designs when admixtures are required for the following: a. Hot and cold weather concrete work. b. Air entrained concrete work. 2. Identify mix ingredients, including type, brand, source and proportions of cement, fly ash, and admixtures, as well as aggregate gradation and chemical composition. Also include applicable reference specifications and copies of test reports showing that the mix has been successfully tested to produce concrete with the properties specified and will be suitable for job conditions. 3. Admixtures shall not contain chloride ions. C. Certificate of Compliance: Submit to the Engineer for approval. 1. Aggregates 2. Admixtures 3. Cement 03 30 00-T- 1 4. Fly Ash 5. Epoxy Grout D. Catalog Data and/or Drawings: Submit to the Engineer for approval. 1. Materials for curing and sealing concrete 1.03 REFERENCES A. ASTM International: 1. ASTM C150 - Standard Specification for Portland Cement. 2. ASTM C33 - Standard Specification for Concrete Aggregates. 3. ASTM C39/C39M - Standard Method of Test for Compressive Strength of Cylindrical Concrete Specimens. 4. ASTM C42 - Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 5. ASTM C192 - Standard Method of Making and Curing Concrete Test Specimens in the Laboratory. 6. ASTM C172 - Standard Method of Sampling Fresh Concrete. 7. ASTM C143 - Slump of Portland Cement Concrete. 8. ASTM C31 - Standard Method of Making and Curing Concrete Test Specimens in the Field. 9. ASTM C94 - Standard Specification for Ready Mixed Concrete. 10. ASTM C78 - Method of Test for Flexural Strength of Concrete. 11. ASTM C231 - Air Content of Freshly Mixed Concrete by the Pressure Method. 12. ASTM C260 - Air Entraining Admixtures for Concrete. 13. ASTM C494 - Chemical Admixtures for Concrete. 14. ASTM C496 - Method of Test for Splitting Tensile Strength of Cylindrical Concrete Specimens. 15. ASTM D1751 -Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. 16. ASTM C109 - Compressive Strength of Hydraulic Cement Mortars. 03 30 00-T-2 B. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 305 - Hot Weather Concreting. 3. ACI 306.1 - Standard Specification for Cold Weather Concreting. 4. ACI 308.1 - Standard Specification for Curing Concrete. 5. ACI 318 - Building Code Requirements for Structural Concrete. 6. ACI 347 - Recommended Practice for Concrete Framework. C. Concrete Reinforcing Steel Institute: CRSI Design Handbook 1.04 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301 and ACI 318. B. Conform to ACI 305 when concreting during hot weather. C. Conform to ACI 306.1 when concreting during cold weather. D. Acquire cement and aggregate from one source for Work. 1.05 DELIVERY A. Do not deliver concrete until forms, reinforcement, embedded items, and chamfer strips are in place and ready for concrete placement and Engineer's inspection has been completed satisfactorily. B. Packing and Shipping: Deliver and store packaged materials in original containers until ready for use. PART 2— PRODUCTS 2.01 CONCRETE A. Contractor-Furnished Mix Design: Normal weight concrete for all concrete shall have a 28-day minimum compressive strength of 4,000 psi. Admixtures shall not contain chloride ions in any form. B. Consistency of concrete mixtures shall be such that: 1. The mortar will cling to the coarse aggregate. 03 30 00-T-3 2. The aggregate will not segregate in the concrete when it is transported to the place of deposit. 3. The concrete, when dropped directly from the discharge chute of the mixer, will flatten out at the center of the pile, but the edge of the pile will stand and not flow. 4. The concrete and mortar will show no free water when removed from the mixer. 5. The concrete will slide and not flow into place when transported in metal chutes at an angle of thirty (30) degrees with the horizontal. 6. The surface of the finished concrete will be free of a surface film of "laitance". C. Slump Requirements: 1. The maximum allowable slump may be increased to 5 inches for concrete utilizing fly ash for 25 percent of the total cementitious material for foundations. 2. Allowable slump for foundations shall be within the following limits: Slump in Inches Element Minimum Maximum Retaining wall and footing 3 5 Slab-on-grade 3 5 2.02 MATERIALS A. Cement 1. Cement used to make the concrete shall be Type II, conforming to ASTM C150. 2. Cement shall be of a standard brand manufactured by a reputable firm. 3. Only one brand of cement will be permitted unless otherwise authorized by the Engineer. 4. Bulk cement shall not be used except as set forth in Paragraph 2.4, "Ready Mixed Concrete". 5. Each bag of cement shall be plainly marked with the name of manufacturer and shall weigh no less than 94 pounds net. 6. Cement must be in good condition at the time it is delivered, and it shall be properly protected against dampness after delivery. 03 30 00-T-4 7. No cement will be accepted which has become caked. B. Mixing Water: 1. Water used in mixing concrete shall be reasonably clean and free from injurious amounts of oils, acids, alkali, salts, organic materials or other substances that may be deleterious to concrete or steel. 2. Water suitable for drinking purposes will be considered acceptable. 3. Water to cement ratio for 4000 psi concrete shall not exceed 0.45. C. Aggregates 1. The source of supply of fine and coarse aggregates shall be approved by the Engineer before any material is delivered. If required, samples of the fine or coarse aggregates shall be submitted to the Engineer for approval. 2. Each sample shall be accompanied by complete information as to the source, name of producer, capacity and type of plant. 3. Aggregates shall conform to the "Specification for Concrete Aggregates", ASTM C33, except that with written permission of the Engineer, aggregates may be used which have shown by tests or actual service that they will produce concrete of the required strength, durability, water tightness, fire resistance and wearing qualities. 4. The nominal maximum size of the aggregate shall be no larger than 1" unless otherwise indicated on the Contract Drawings or approved by the Engineer. D. Admixtures: 1. If required, use: a. Air-entraining admixtures conforming to ASTM C-260. b. Water-reducing admixtures conforming to ASTM C-494, Type A. C. Water-reducing set retardant conforming to ASTM C-494, Type D. d. High-range water reducing admixture conforming to ASTM C-494, Type F and/or Type G. e. Prohibited admixtures include calcium chloride,thiocyanates,and all admixtures that contribute free chloride ion in excess of 0.1% by weight of cement. 2.03 REINFORCING A. Reinforcing incorporated in Concrete Structures shall be in accordance with Section 03 20 00-T, "Concrete Reinforcing". 03 30 00-T-5 2.04 READY MIXED CONCRETE A. Ready mixed concrete shall be manufactured and delivered to the prescribed work site in a freshly mixed and unhardened state as hereinafter specified and as set forth in "Specification for Ready Mixed Concrete" (ASTM C94). B. Materials: Unless otherwise specified, the cement, mixing water, aggregates, and air-entraining admixture shall be the same as set forth in Paragraphs 2.01 through 2.03. C. Quality of Concrete: The quality of ready-mix concrete shall be the same as set forth in Paragraph 2.01. D. Tolerances in Slump: When the specified slump is 3 inches or less, the tolerance shall be +/- 1/2 inch. When the specified slump is greater than 3 inches, the tolerances shall be +/- 1 inch. The Contractor shall be held responsible for the concrete being within the permissible ranges of slumps. E. Mixing and Delivery: 1. Ready mixed concrete shall be mixed and delivered to the prescribed work point by means of one of the following combinations of operations: a. Central Mixed Concrete b. Shrink Mixed Concrete C. Truck Mixed Concrete 2. Mixers shall be operated within the limits of capacity and speed of rotation designated by the manufacturer of the equipment. 3. When concrete is completely mixed in a truck mixer, 70 to 100 revolutions at the mixing speed designated by the manufacturer are usually required to produce the uniformity of the concrete desired. 4. Additional revolutions of the mixer beyond the number found to produce uniformity of the concrete shall be at designated agitating speed. 5. When a truck mixer is used for delivery of concrete, no water from the truck water system or elsewhere shall be added after the initial introduction of the mixing water, except when on arrival at the job site the slump of the concrete is less than that specified. F. Tests: Tests shall be made on the concrete as set forth in Paragraph 3.11. G. Concrete shall not be placed when the temperature is 45 degrees F or less and falling. It may be placed with the temperature at 45 degrees F or more and rising provided there is no reason to expect a drop to below 45 degrees F within 12 hours of the conclusion of the placement. 03 30 00-T-6 H. Certification: The manufacturer of the concrete shall furnish to the Contractor with each batch of concrete before unloading at the site, a delivery ticket on which is printed, stamped or written the following information: 1. Name of ready mix batch plant 2. Serial number of ticket 3. Date and truck number 4. Name of Contractor 5. Designation of job 6. Class or designation of concrete 7. Amount of concrete (cubic yards) 8. Time loaded 9. Water added by receiver of concrete and his initials 10. Type, name and amount of admixture. PART 3— EXECUTION 3.01 GENERAL CONSTRUCTION REQUIREMENTS A. Before beginning work, the Contractor shall inform the Engineer fully on the methods of construction, which he proposes to follow, including the amount and character of the equipment which he plans to use on the work. B. Concurrence on the part of the Engineer in any proposed method of construction, approval of equipment, or the approval of concrete form plans shall not be considered as relieving the Contractor of any responsibility for the safety or correctness of his method of construction, or for the adequacy of his equipment to carry out and complete the work in accordance with the Contract Documents. C. The Contractor shall be responsible for the protection of all concrete placed under any and all weather conditions. 3.02 FORMS A. Refer to Section 03 10 00-T, "Concrete Forming and Accessories" for form work requirements. B. Approval by the Engineer shall in no way relieve the Contractor of his responsibility to provide forms adequate and satisfactory for the purpose required. C. Forms shall be removed in such manner as to insure the complete safety of the structure. 3.03 PLACING CONCRETE A. General: 1. The Contractor shall give the Engineer sufficient advance notice before beginning the placing of any concrete to permit an inspection to be made of 03 30 00-T-7 the forms, reinforcing steel placement and the preparations for placing the concrete. 2. When it is necessary to continue mixing, placing and finishing concrete after daylight hours,the work area shall be brilliantly lighted so that all operations are plainly visible. 3. In general, concrete placing shall be so regulated that all finishing operations will be completed during daylight hours. B. During Rain: 1. The Contractor shall not place concrete when impending weather may result in rainfall or low temperatures, which might impair the quality of the finished work. In no case will concrete be placed when the surrounding air temperature is less than 45 degrees F. 2. Protection and/or heat must be provided where necessary to ensure concrete temperatures above 50 degrees F for 72 hours after placement and above 40 degrees F for an additional 72 hours. 3. The Contractor shall provide ample covering to protect the work in case rainfall should occur after placing operations have begun. C. During Hot Weather: 1. Placing concrete for exposed surfaces during extreme hot weather shall be avoided. 2. Where necessary to prevent excessive concrete temperature or evaporation of water from concrete during hot weather placement,the operation shall be shielded from sun, if possible, cooling of mix ingredients and an approved retarding agent shall be used in the concrete. 3. Concrete temperature, at time of delivery, shall not exceed 850 F. Any temperature above this will not be accepted. Measures shall be taken to ensure proper temperature at time of placement. 3.04 DEPOSITING CONCRETE A. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to re-handling or flowing. B. The concreting shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the spaces between the bars. 3.05 VIBRATING CONCRETE A. Immediately after placing, the concrete shall be compacted by internal concrete vibrators supplemented by hand spading, rodding, and tamping. 03 30 00-T-8 B. Air entrained concrete shall not be vibrated for over 12 seconds. C. Vibrators shall not be used to transport concrete inside forms. D. The vibrating equipment shall at all times be adequate in number of units and power to properly consolidate all concrete. E. Duration of vibration shall be limited to time necessary to produce satisfactory consolidation without causing objectionable segregation. F. Vibrators shall be applied at uniformly spaced points not farther apart than the visible effectiveness of the machine. 3.06 CONSOLIDATION Where conditions make consolidation difficult orwhere reinforcement is congested, batches of mortar containing the same proportions of cement, sand, and water used in the concrete shall first be deposited in the forms to a depth of at least one inch. 3.07 TRANSPORTING REQUIREMENT A. Concrete mixed in stationary mixers or paving mixers and transported by non- agitating equipment shall be placed in the forms within 45 minutes from the time ingredients are charged into the mixing drum. B. Concrete that is truck mixed or transported in truck mixers or truck agitators shall be delivered to the site of the work and discharge completed in the forms within the time specified in ASTM C94, except that when the concrete temperature exceeds 85 degrees F, the time shall be reduced to 45 minutes. C. Transit-mixed concrete that is completely mixed at the site of concrete placement or batched cement and aggregates transported to mixers shall be placed in forms within 1 1/2 hours after cement has been added. D. Concrete shall be placed in forms within 15 min. after discharge from mixer at the job site. 3.08 SURFACE FINISHES (Except Floor and Slab Finishes) A. Defects: Repair formed surfaces by removing minor honeycombs, pits greater than one square inch surface area or 0.25 inch maximum depth or otherwise defective areas. Provide edges perpendicular to the surface and patch with non-shrink grout. Patch tie holes and defects when the forms are removed. Concrete with extensive honeycomb (including exposed steel reinforcement, cold joints, entrapped debris, separated aggregate, or other defects) which affect the serviceability or structural strength will be rejected, unless correction of defects is approved. Obtain approval of corrective action prior to repair. The surface of the concrete shall not vary more than the allowable tolerances of ACI 347. Exposed surfaces shall be uniform in appearance and finished to a smooth form finish unless otherwise specified. 03 30 00-T-9 B. Not Against Forms (Top of Walls): Surfaces not otherwise specified shall be finished with wood floats to even surfaces. Finish shall match adjacent finishes. C. Formed Surfaces: 1. As-Cast Rough Form Finish (for Surfaces Not Exposed to Public View): Remove fins and other projections exceeding 0.25 inch in height; level abrupt irregularities. 2. As-Cast Smooth Form Finish (for Surfaces Exposed to Public View): Form facing material shall produce a smooth, hard, uniform texture on the concrete. Remove fins and other projections. 3. Smooth Rubbed Finish: Provide concrete with a smooth form finish. Provide on newly hardened concrete within 24 hours following form removal. Wet surfaces and rub with an abrasive tool to produce uniform color and texture. Use only the cement paste drawn from the concrete rubbing process. 4. Unindicated Finish: Finishes not indicated on the Contract Drawings shall be as follows: a. Rough Form Finish: For all concrete surfaces not exposed to public view. b. Smooth Form Finish: For all concrete surfaces exposed to public view, including vertical surfaces in electrical pull boxes and manholes. 3.09 FLOOR AND SLAB FINISHES AND MISCELLANEOUS CONSTRUCTION Finish: Place, consolidate, and immediately strike off concrete to obtain proper contour, grade, and elevation before bleed-water appears. Permit concrete to attain a set sufficient for floating and supporting the weight of the finisher and equipment. If bleed-water is present prior to floating the surface, drag the excess water off or remove by absorption with porous materials. Do not use dry cement to absorb bleed-water. 3.10 CURING A. After placing the finishing on the concrete, it shall be covered with cotton mats or two (2) thicknesses of burlap and kept continuously moist for at least seven (7) days. B. A curing compound,which may be sprayed on the surface of the concrete to prevent evaporation of moisture, may be used with the Engineer's prior approval. This curing compound must be compatible with the sealer. 3.11 TESTS A. Compressive Strength Tests: 03 30 00-T- 10 1. During progress of the work, an independent commercial laboratory acceptable to the Owner and retained by the Owner at his expense, shall take samples of concrete for strength tests not less than once for each day, nor less than once for each 50 cubic yards of concrete, and any fraction thereof. 2. Four 6-inch by 12-inch test cylinders or five 4-inch by 8-inch test cylinders shall be taken at each sampling. 3. The samples shall be taken in accordance with "Method of Sampling Fresh Concrete" (ASTM C172). 4. Cylinders for compressive strength tests shall be molded and laboratory cured in accordance with "Strength Test Specimens in the Field" (ASTM C31) and tested in accordance with "Method of Test for Compressive Strength of Molded Concrete Cylinders" (ASTM C39). 5. One cylinder shall be tested at 7 days, and two 6-inch by 12-inch cylinders or three 4-inch by 8-inch cylinders shall be tested at 28 days with one cylinder held in reserve. 6. Each strength test result shall be the average of two 6-inch by 12-inch cylinders or three 4-inch by 8-inch cylinders from the same sample tested at 28 days. 7. Extra cylinders shall be used for additional testing if required. B. Slump Tests: 1. Take concrete samples during concrete placement in accordance with ASTM C 143. 2. The maximum slump may be increased as specified with the addition of an approved admixture provided that the water-cement ratio is not exceeded. 3. Perform tests at commencement of concrete placement,when test cylinders are made, and for each batch (minimum)or every 10 cubic yards(maximum) of concrete. C. Failures to Meet Strength Requirements: 1. The Engineer shall have the right to require changes in proportions, or to require additional curing on those portions of the structure represented by the test specimens, which failed. 2. If additional curing does not give the strength required, the Engineer shall have the right to require strengthening or removal and replacement of those portions which fail to develop required strength. 3. Specimens will be considered to have failed when average strength for any period of placing is less than values indicated in the following table: 03 30 00-T- 11 No. Days Consecutive Placing of Any One Percent of Strength Class of Concrete Specified 1 85 2 95 3 95 5 or more 100 4. When additional curing of portions of the structure is ordered by the Engineer, it shall be done at Contractor's expense and no claim for extra compensation for such additional curing shall be allowed. 5. In no case shall the contractor be required to provide such additional curing beyond a total of 21 days, except where average strengths of specimens, representing concrete placed on any three consecutive days,fall below 80% of the value specified in Paragraph 2.1.A. In this case, curing shall be contained until cores drilled from portions of the structure involved show an average strength equal to that specified in Paragraph 2.1.A. Cores shall have a diameter of approximately three times the maximum size of aggregate and shall be tested in accordance with ASTM Specification C42. D. Two copies of all test reports shall be furnished directly to the Owner. E. The Contractor shall notify the testing laboratory and Engineer the day before concrete is placed. END OF SECTION 03 30 00-T- 12 2024 Specifications 427 Item 427 77!* Texas Surface Finishes for Concrete Department of Transportation 1. DESCRIPTION Finish concrete surface as specified. 2. MATERIALS Furnish materials in accordance with this Article for the type of surface finish specified. 2.1. Coatings. 2.1.1. Adhesive Grout and Concrete Paint. Provide coatings in accordance with DMS-8110,"Coatings for Concrete."Match color of coating with Federal Standard 595C color 35630, concrete gray, unless otherwise shown on the plans. 2.1.2. Opaque Sealer. Provide penetrating-type sealer in accordance with DMS-8110. Match color of coating with Federal Standard 595C color 35630,concrete gray, unless otherwise shown on the plans. 2.1.3. Silicone-Based Paint. Provide silicone resin emulsion paint(SREP)meeting the requirements of DMS-8141,"Paint,Silicon Resin for Concrete."Match color of coating with Federal Standard 595C color 35630,concrete gray,unless otherwise shown on the plans. 2.1.4. Epoxy Waterproofing. Provide Type X epoxy in accordance with DMS-6100,"Epoxies and Adhesives,"or another approved waterproofing epoxy designed to limit the moisture vapor transmission into a concrete or steel surface. Match color of coating with Federal Standard 595C color 35630,concrete gray,unless otherwise shown on the plans. 2.2. Exposed Aggregate Finish. Provide approved aggregates meeting the grading requirements shown on the plans. Provide gravel consisting of predominantly rounded particles unless otherwise shown on the plans. Use crushed stone when a bush-hammered finish is desired. Provide a concrete surface retardant. Provide clear Type II permanent anti-graffiti coating in accordance with DMS-8111,"Anti-Graffiti Coatings." 3. EQUIPMENT The Engineer may require demonstration of the equipment's capabilities. 3.1. Water Blasting. Use equipment capable of supplying a minimum pressure at the nozzle end of 3,000 psi. 3.2. Abrasive Blasting.Use equipment with filters to produce oil-free air and water-free air when dry air is required. 3.3. Slurry Blasting. Use equipment capable of combining air and abrasives with water to form wet blast media capable of cleaning and preparing surface without creating dust. 3.4. Spraying. Use equipment with fluid and air pressure regulators and gauges to allow for adjustment to produce a uniform spray pattern for coating applications. 1 2024 Specifications 427 3.5. Off-the-Form Finish Forms. Use nonstaining, nonporous,high-quality forming materials(e.g.,steel or medium-density and high-density overlaid plywood forms). Use steel or high-density overlaid plywood forms when the same form will be used more than twice. 3.6. Form Liners. Provide form liners capable of producing a patterned finish as shown on the plans. Use form liners that provide a clean release from the concrete surface without pulling or breaking the textured concrete. 4. CONSTRUCTION Provide the finish shown on the plans for the specific surface areas. 4.1. Surface Areas of Finish."Surface area of finish"designates the areas where the specified surface is to be applied. 4.1.1. Surface Area I.Surface Area I includes the following: ■ surfaces of railing; ■ exterior vertical faces of fascia beams,slabs,slab spans,arches,and box girders; ■ the outside bottom surface of fascia beams and girders; ■ the underside of overhanging slabs to the point of juncture of the supporting beam; ■ the entire underside of slab spans when shown on the plans; ■ vertical and underside surfaces of bents and piers; ■ all surfaces of tie beams,abutments,bridge wingwalls,culvert headwalls and wingwalls,and retaining walls exposed to view after all backfill and embankment are placed;and ■ all other exposed surfaces shown on the plans to require surface treatment. 4.1.2. Surface Area II.Surface Area II includes surfaces of railing,all wingwalls, and the exterior vertical faces of slabs. 4.1.3. Surface Area III.Surface Area III includes only the top and roadway faces of all concrete railing and bridge wingwalls. 4.1.4. Surface Area IV.Surface Area IV includes areas shown on the plans. 4.2. Coatings.Apply the coating specified on the plans. 4.2.1. Preparation.Clean the surface thoroughly before applying a coating by chemical cleaning, if required,and by blast cleaning. Provide containment that keeps public property, private property,and the environment from being adversely affected by the cleaning and painting operations. Do not discharge washwater into any body of water or conveyance without TCEQ approval.Collect and properly dispose of any paint or debris dislodged by cleaning operations. 4.2.1.1. Chemical Cleaning.Clean surfaces contaminated with oil,grease,or other contaminants by scrubbing the area with an approved detergent or other concrete cleaning material before blast cleaning. Do not use a solvent that will stain the surface or inhibit coating adhesion. Perform the following test to check for surface contamination of oil type materials. ■ Spray the surface with a fine mist of potable water. ■ Examine the area to see if water beads up. ■ Clean the surface if beading is found. 2 2024 Specifications 427 4.2.1.2. Blast Cleaning. Blast clean the designated surface to remove all surface material (including existing coatings),curing compound, and other contaminants before applying a specified coating,leaving a lightly etched uniformly textured surface. Use an approved abrasive propelled by oil-free air with or without the addition of potable water,or blast with potable water with or without the addition of an approved abrasive at sufficient pressure to effectively clean and prepare the surface. Maintain the stand-off distance of the nozzle to at most 12 in.from the surface being cleaned when water blasting. Do not damage concrete surface by gouging,spalling,or exposing coarse aggregate by the blasting operation. Blow clean oil-and moisture-free air on all surfaces with sufficient pressure to remove loose particles immediately before application of any coating. Perform the following test to check for surface cleanliness as directed. ■ Press a 10-in.long strip of 2-in.wide clear packing tape on the surface by rubbing with moderate pressure. ■ Grasp the free end of the tape and remove the tape from the surface with a sharp jerk. ■ Examine the surface of the tape for clinging particles. Continue cleaning the concrete surface until there are no particles clinging to the tape surface for subsequent tests.An additional test that can be used to check the surface for dust is to wipe the surface with a dark cloth and then examine the cloth for discoloration. 4.2.2. Coating Application.Mix coating materials in conformance with the manufacturer's instructions and thoroughly enough with a mechanical mixer at a speed that causes the mixture to rotate entirely in the container. Ensure complete mixing by probing the container using a stirring device searching for non-dispersed or settled material. Apply coatings once the new concrete has aged at least 28 days, except for the adhesive grout coating. Do not apply coatings when weather conditions will be detrimental to the final surface finish as determined by the Engineer. Do not apply coatings when surface temperature of the concrete exceeds 110°F. Apply coatings on a dry surface. Do not thin material unless approved.Apply when ambient temperature is between 50°F and 100°F.Apply coatings to obtain a consistent color,texture,and appearance.Apply concrete paint in two coats for a total maximum application rate of 150 sq.ft. per gallon.Apply opaque sealer in two coats for a total maximum application rate of 200 sq.ft.per gallon.Apply silicone resin paint in two coats at a rate not exceeding 300 sq.ft. per gallon per coat.Wait at least 12 hr. between coats for silicone resin paint.Apply epoxy waterproofing at a maximum application rate of 100 sq.ft. per gallon. For epoxy waterproofing,apply a thin uniform film of mixed epoxy to the substrate using a short nap roller or brush.The epoxy may be sprayed in conformance with the thinning requirements of the manufacturer. No more than 15%reduction is permitted. Repair coatings that exhibit peeling,flaking,or discoloration or have been damaged during construction. Remove defective or damaged coating. Clean and recoat repair area in accordance with this Item. 4.2.2.1. Epoxy Waterproofing.Mix epoxy in conformance with manufacturer's instructions.Apply the coating on a dry surface at a maximum application rate of 100 sq.ft. per gallon.Apply a thin uniform film of mixed epoxy to the substrate using a short nap roller or brush.The epoxy may be sprayed in conformance with the thinning requirements of the manufacturer. No more than 15%reduction is permitted. Match the color of the applied coating with the color standard as shown on the plans.Apply when ambient temperature is between 50°F and 100°F. 4.2.2.2. Adhesive Grout.Apply coating on a moistened surface to a uniform minimum thickness of 1/16 in.Apply when ambient temperature is at least 50°F. 3 2024 Specifications 427 4.3. Special Surface Finishes. Submit a work plan to the Engineer for any special finish shown on the plans. Include in the work plan the type of aggregates, materials,variation of panel or pattern arrangement, dimensions,construction methods,and other features affecting the work as necessary for the"Special Surface Finish"specified. 4.3.1. Blast Finish. Provide surface profile as shown on the plans,or meet the minimum requirements of Section 427.4.2.1.,"Preparation."Construct a 4 X 4-ft.sample panel using the same concrete used in construction of the member to receive the blast finish. Prepare the surface of the sample panel to meet the specified finish,and obtain approval of the sample finish. Use the approved sample panel finish as the standard for surfaces requiring a blast finish. 4.3.2. Slurry Coat Finish. Provide cementitious slurry coat finish to concrete surfaces within 14 days of placing concrete or later as approved.Water blast surface to moisten surface before application when application of slurry coat occurs more than 14 days after placing concrete. Do not apply slurry coat finish to surfaces receiving another type of coating finish. Submit for approval proposed slurry recipe including cement, latex concrete additive,with or without sand, and other additives before application.The Engineer will direct the level of surface texture the slurry coat will have,whether to include sand,and what fineness of sand is to be used.Tint mixture of slurry as specified on the plans and as directed. Maintain consistent slurry throughout project,only modifying recipe to account for color variations noticed as work progresses. Rub in slurry using carborundum stone,stiff bristle brush,or other approved device. Limit thickness of applied slurry to a maximum of 1116 in. Demonstrate application methods for slurry coat and obtain approval of proposed surface.Apply slurry coat to obtain a tightly adhering cementitious finish to concrete surface. Remove material and reapply if slurry coat is not tightly adhering or is cracked. 4.3.3. Rub Finish. Provide a finish to the surface by rubbing the surface with a carborundum stone or other approved material. Begin rubbing the surface immediately after forms have been removed. Provide blast finish or other finish as directed at no additional cost to the Department if rubbing surface is delayed to the point where the surface is dry and unable to be rubbed to produce an acceptable finish. Perform the requirements to obtain the ordinary surface finish specified in Section 420.4.13.,"Ordinary Surface Finish," concurrently with rubbing the surface. Rub concrete-patching areas after the patch material has thoroughly set and blend the patch in with the surrounding area to produce a surface with uniform color and texture where concrete patching is performed. Keep the surface continuously wet after form removal until the rubbing is complete. Rub the surface sufficiently to bring the wetted concrete surface to a paste,producing a smooth,dense surface without pits, form marks,or other irregularities. Do not use cement grout to form the paste on the surface. Stripe the surface using a brush to conceal the rubbing pattern and allow the paste to reset.Wash the concrete with potable water after the paste has sufficiently set to leave it with a neat and uniform appearance and texture. Apply membrane curing, if required,in accordance with Item 420, "Concrete Substructures,"after rubbing is complete. 4.3.4. Off-the-Form Finish. Provide a finish with minimal surface defects and uniform color and texture by using non-staining, non-porous,high-quality forming materials. Use the same type of forming materials for like elements for the entire structure. Use mortar-tight forms to prevent leakage and discoloration.Seal joints using compressible gasket material, caulk,or tape,or by other suitable means that are not detrimental to the concrete finish, if necessary. Use one brand and type of form-release agents for all surfaces unless another product produces a similar concrete surface appearance. Do not use barrier-type(e.g.,wax,fuel oil,and carrier oil)release agents. Use form-release agents containing a rust inhibitor on steel forms.Clean rust off steel forms before use. Use plywood that will not cause discoloration of the concrete surface. 4 2024 Specifications 427 Direct special attention to consolidation and vibration of the concrete around the form surfaces to minimize bug holes. Modify concrete placement and vibration techniques if surface contains an excessive amount of bug holes. Remove all forms without interruption once form removal begins to prevent discoloration due to differing form curing times. Do not use membrane curing on surfaces with off-the-form finish. Repair honeycombed and spall areas with least dimension larger than 2 in. in accordance with the concrete surface repair procedures in Item 420 to obtain an ordinary surface finish as defined in Section 420.4.13., "Ordinary Surface Finish."Patch honeycombed and spall areas with least dimension greater than 3/4 in.but smaller than 2 in. by filling defect with repair material omitting the chipping operation. Do not patch honeycombed and spall areas with least dimension smaller than 3/4 in. Perform required repairs as soon as forms are removed. Match repair material color and texture with surrounding concrete surfaces. Minimize the area of repair by not smearing the repair material over acceptable concrete surfaces while attempting to blend the repair with the surrounding concrete. Cut out form ties at least 1/2 in. below the surface,and patch accordingly. Perform repair work as soon as possible after removing forms so that concrete and repair materials have similar ages. Replace or refurbish the forms when the Engineer determines defective formwork is causing an excessive amount of repair work. 4.3.5. Form Liner Finish. Provide patterned finish as shown on the plans. Do not splice form liner panels in a way that causes a noticeable transition or line between pieces.Wash and clean form liners after each use when the forms can be reused. Replace form liners that have become damaged or worn. Construct a sample panel for each form liner finish.Approval is required to verify the sample panel meets the requirements shown on the plans and in conformance with specifications before beginning work. Upon approval,the sample panel becomes the model panel to which all other work will be compared. Deviation in color,grade,or depth from the model panel is grounds for rejection of the form liner finish. Removal of defective work may be necessary as determined by the Engineer and in accordance with the surface finish requirements in Item 420 to obtain an ordinary surface finish as defined in Section 420.4.13.,"Ordinary Surface Finish." Seal all form linerjoints in a manner acceptable to the Engineer to prevent leakage at the surface. 4.3.6. Exposed Aggregate Finish. Provide exposed aggregate finish as shown on the plans. Provide a depth of finish between 3/8 in.and 1/2 in. unless directed otherwise. Apply a concrete surface retarder that penetrates approximately 1/4 in.into the forms or concrete surface to help achieve the desired finish.Apply two or three coats to wood forms to account for absorption if necessary.Tape or caulk form joints to prevent escape of the retarder during the placing operations.Protect the form surfaces from sun and rain while exposed to the atmosphere.Re-treat form surfaces with retarder if disturbed. Protect adjacent areas of concrete not requiring exposed aggregate finish from the retarder. Remove forms 12-15 hr.after concrete placement but not before concrete has gained sufficient strength to support the self-weight of the member, unless directed otherwise. Expose the aggregate for the finish immediately after form removal. Remove the grout paste covering the aggregate to be exposed by an approved method. Do not loosen the aggregate by the grout removal operation. Maintain required curing on all surfaces except for the time while the aggregate is being exposed.Cure using wet mats or membrane after the aggregate is exposed. Repair defective areas as determined by the Engineer. Re-clean exposed aggregate surfaces by an approved method.Apply a coat of clear Type II permanent anti-graffiti coating to cleaned exposed aggregate surface.Apply anti-graffiti coatings by spray, roller,or brush at the application rates recommended by the manufacturer and in accordance with Item 740, "Graffiti Removal and Anti-Graffiti Coating." 5 2024 Specifications 427 5. MEASUREMENT When surface finishes for concrete are shown on the plans to be a pay item, measurement will be by the square foot of the type of surface finish specified.This is a plans quantity measurement Item.The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2.,"Plans Quantity Measurement." Additional measurement or calculations will be made if adjustments of quantities are required. 6. PAYMENT Unless otherwise shown on the plans,the work performed, materials furnished,equipment,labor,tools,and incidentals will not be paid for directly, but will be subsidiary to pertinent Items. When a surface finish for concrete is specified as a pay item,the work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid for"Adhesive Grout Finish,""Concrete Paint Finish,""Opaque Sealer Finish,""Silicone Resin Paint Finish,""Epoxy Waterproof Finish,"or"Blast Finish."This price is full compensation for materials;cleaning and preparing surfaces;application of materials;and equipment,labor,tools,and incidentals. Slurry coat,rub,off-the-form,form liner,or exposed aggregate finishes(including anti-graffiti coating)will not be paid for under this Item, but will be subsidiary to other pertinent Items. 6 Departmental Materials Specification DMS-8111 DMS-8111 7111* Anti-Graffiti Coatings ,Texas impartment Effective Date:July 2016 ofTransportadon 1. DESCRIPTION This Specification governs the materials,composition,quality,sampling,testing,and pre-qualification of two types of anti-graffiti coatings. ■ Type I—Discontinued ■ Type II—Solvent cleanable ■ Type III—Water cleanable 2. UNITS OF MEASUREMENTS The values given in parentheses(if provided)are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 3. MATERIAL PRODUCER LIST The Materials and Pavements Section of the Construction Division (CST/M&P)maintains the Material Producer List(MPL)of all materials conforming to the requirements of this Specification. Materials appearing on the MPL,entitled"Paint,Anti-Graffiti,"have passed evaluation for conformance with this Specification. These materials require sampling and testing for product verification before use. 4. BIDDERS'AND SUPPLIERS' REQUIREMENTS The Department will only purchase or allow on projects those products listed by producer and product code or designation shown on the MPL. 5. PRE-QUALIFICATION PROCEDURE 5.1. Pre-Qualification Request. Submit on company letterhead a request for evaluation under DMS-8111 to DMS_Pregual(c�txdot.gov. Include the following information in the request: ■ company name; ■ physical and mailing addresses; ■ type of material;and ■ contact person, phone number,and email address. 5.2. Pre-Qualification Sample. Submit a 1-L(1-qt.)sample of each material component to the Texas Department of Transportation,CST/M&P(CP51),9500 North Lake Creek Parkway,Austin,TX 78717. Include the following with the sample: ■ current safety data sheet(SDS)that complies with OSHA Hazard Communication Standard 29 CFR 1910.1200, Construction Division 1 -4 Effective Date:July 2016 Departmental Materials Specification DMS-8111 ■ product data sheet,and ■ application data sheet. Submit all materials for pre-qualification at no cost to the Department. 5.3. Evaluation.The Department will evaluate one formulation at no cost to the producer.The producer will bear the cost associated with additional testing necessary to establish specification compliance. The Director of CST/M&P will assess this cost at the time of evaluation. 5.3.1. Qualification.If approved for Department use,CST/M&P will add the material to the MPL. 5.3.2. Failure. Producers not qualified under this Specification may not furnish materials for use on Department projects. Producers failing to qualify may submit a request for re-evaluation after 6 months have elapsed from the date of the original request.CST/M&P may modify this time limit at its discretion. In the request for re-evaluation, document the cause of the issue and corrective action taken. The Department normally bears the costs of sampling and testing; however,the producer will bear the costs associated with materials failing to conform to the requirements of this Specification.The Director of CST/M&P will assess this cost at the time of testing,and amounts due will be billed to the producer. 5.4. Formulation Changes. Report any changes in formulation to CST/M&P.The Department will evaluate one reformulation per year at no cost to the producer. Except for transition periods not to exceed 3 months,a producer may not supply more than one pre-qualified formula per type of coating at the same time. The Department reserves the right to conduct whatever tests it deems necessary to identify a qualified material and to determine if there has been a change in formulation.Detected changes not reported to the Department may be grounds for removal from the MPL. In case of variance,the Department's tests will govern. 5.5. Periodic Evaluation.The Department reserves the right to conduct random sampling and testing of pre-qualified materials to verify performance and Specification compliance and to perform random audits of documentation.Tex-736-I describes the sampling procedure. Department representatives will select random samples from materials submitted to the Department on contracts or direct State purchase orders. Failure of materials to comply with the requirements of this Specification as a result of periodic evaluation may be cause for removal of those materials from the MPL. In case of variance,the Department's tests will govern. 5.6. Disqualification.Causes for disqualification and removal from the MPL may include,but are not limited to: ■ falsification of documentation, ■ producer fails to report formulation changes to CST/M&P, ■ material fails to meet the requirements of this Specification as a result of periodic evaluation, ■ producer has unpaid charges for failing samples,or ■ producer has not supplied material to Department projects or Contracts for 2 years. CST/M&P will remove disqualified producers from the MPL and will not allow submission of material for re- qualification for 6 months, at the discretion of the Department. 5.7. Re-Qualification.Once the disqualification period established by CST/M&P has elapsed, producers disqualified and removed from the MPL may begin the re-qualification process by submitting a request in Construction Division 2-4 Effective Date:July 2016 Departmental Materials Specification DMS-8111 accordance with Section 5.1, including additional documentation identifying the cause of the problem and corrective action taken.The re-qualification process will then follow all subsequent Sections of Article 5. The Department normally bears the costs of sampling and testing; however,the disqualified producer will bear the costs associated with re-qualification.The Director of CST/M&P will assess this cost at the time of re-evaluation,and amounts due will be billed to the producer. 6. MATERIAL REQUIREMENTS All anti-graffiti coatings must meet both the general and specific requirements for each type of coating. 6.1. General.Anti-graffiti coatings must not react deleteriously with above grade concrete,concrete block, exposed aggregate concrete, brick,stonework,painted steel,or aluminum substrates. 6.1.1. Graffiti Staining.The cured coating must resist graffiti staining when tested in accordance with Tex-890-B. 6.1.2. Dry Times.The dry times of a 3-mil wet film of the coating must meet set-to-touch,4 hr. maximum and dry through,24 hr.maximum when tested at 77°F in accordance with ASTM D 1640. 6.1.3. Consistency.The applied coating must produce a firm,continuous,uniform film that is free of pinholes, cracks,or other film defects and exhibit satisfactory adhesion.The consistency must be such that the coating can be satisfactorily applied by spray, roller,or by brush at atmospheric and material temperatures above 507 without thinning. Coating must have no skins,agglomerates,or other undesirable particles when determined in accordance with Tex-805-13. The coating must not sag,disintegrate,check, peel,crack,or otherwise not form a uniform coating during the required curing period when applied properly to vertical surfaces.The cured coating must have a minimum sag resistance of 4 mils. The consistency of the coating must match that of the evaluation sample when measured with a Krebs- modified-Stormer Viscometer(±5 KUs)at 77°F in accordance with ASTM D 562. 6.1.4. Density.The density of each component must not vary by more than±0.1 lb. per gallon from the density of the evaluation sample when tested at 777 in accordance with ASTM D 1475. For two-component systems, this applies to both the base and the cure components. 6.1.5. Color.The color must match Federal Standard 595C,color number 35630, unless otherwise shown on the plans.When the plans show another color, it must match the color standard supplied or selected by the Engineer. The plans may specify clear or translucent coatings as a color.When the plans specify the coating as clear or translucent,the coating must cure clear or translucent as appropriate. 6.1.6. Primers. Primers,when recommended by the producer, must be the same formulation and type as those pre-qualified by CST/M&P. 6.1.7. Infrared Spectra.The infrared spectra,when taken in accordance with Tex-888-B, must match that of the evaluation sample. For multicomponent systems,this applies to each component. 6.1.8. Percent Solids.The percent solids must be within 2.0 percentage points of that established on the pre- qualification sample when tested in accordance with ASTM D 2369. For multicomponent systems,this applies to each component. Construction Division 3-4 Effective Date:July 2016 Departmental Materials Specification DMS-8111 6.2. Specific. 6.2.1. Type II—Solvent Cleanable.Type II coatings are chemically resistant coatings that allow removal of the graffiti with solvent or chemical graffiti removers.The use of graffiti removers,solvents,or both must not cause damage or pigment loss. A properly applied coating must withstand a 50 double rub methyl ethyl ketone rub test with a resistance rating of at least 4 when tested in accordance with ASTM D 4752.(NOTE:The Department is making an exception to ASTM D 4752 by using this test on coatings other than ethyl silicate zinc-rich primers.) 6.2.2. Type III—Water Cleanable.Type III coatings allow removal of the graffiti with a low-pressure water wash. Pressure wash requirements must not exceed 500 psi,and the cured coating must not be damaged by a 1,700-psi pressure wash. Coating must be washable with water at an ambient temperature of 50°F or higher. Coating must allow for a minimum of 10 cycles of graffiti removal. Coating must be self-recoatable for the life of the coating. 7. CONTAINERS AND MARKINGS 7.1. Packaging.Ship materials in suitable strong,well-sealed containers that meet federal requirements and that are sufficiently sturdy to withstand normal shipping and handling. 7.2. Labeling. Label the sides of the containers and cases with a durable label (sufficiently moisture resistant to withstand outdoor storage for a minimum of 1 year)legibly printed with the following: ■ producer name, ■ product designation, including component part(if applicable), ■ batch number, ■ date of manufacture,and ■ net volume or weight. If palletized or if other group packaging is used,maintain a label that is easily readable on the outside packaging. 8. ARCHIVED VERSIONS. Archived versions are available. Construction Division 4-4 Effective Date:July 2016 SECTION 31 63 29 -T DRILLED CONCRETE PIERS AND SHAFTS PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Machine drilled shaft. 2. Placing shaft casing. 3. Shear rings. 4. Belled base. 5. Concrete fill. 6. Reinforcement. B. Related Sections: 1. Section 03 20 00-T - Concrete Reinforcing: Requirements for concrete reinforcement. 2. Section 03 30 00-T - Cast-In-Place Concrete: Requirements for concrete and placement of pier caps and grade beams. 1.02 UNIT PRICE - MEASUREMENT AND PAYMENT A. Designed Piers: 1. Design Pier Quantity: Determined by number of piers indicated in Contract Documents. 2. Design Pier Length: By the linear foot measured from bearing to top of pier as indicated on Contract Drawings. 3. Test Piers: Quantity and length as indicated on Contract Drawings. 1.03 REFERENCES A. American Concrete Institute: 31 63 29-T- 1 1. ACI 336.1 - Reference Specification for the Construction of Drilled Piers. B. ADSC - The International Association of Foundation Drilling: 1. ADSC TL-4 - Drilled Shafts: Construction Procedures and Design Methods. C. ASTM International: 1. ASTM A252 - Standard Specification for Welded and Seamless Steel Pipe Piles. 2. ASTM D1143 - Standard Test Method for Piles Under Static Axial Compressive Load. 3. ASTM D4380 - Standard Test Method for Density of Bentonitic Slurries. 4. ASTM D4381 - Standard Test Method for Sand Content by Volume of Bentonitic Slurries. D. Texas Department of Transportation 1. Latest standards and specifications 1.04 SUBMITTALS A. Shop Drawings: 1. Show detailed description of installation procedures and cleaning methods, and equipment and materials intended to be employed to construct drilled piers including details of drilling method; calculations showing adequacy of casings to support anticipated hydrostatic and soil pressures; personnel protection; fabrication, construction, transportation, and erection of reinforcement; concrete placement; and disposal of excavated materials. 2. Provide details of slurry including proposed details of mixing, circulating, de- sanding, and testing methods. Include intended sequence of pier installation. 3. Provide details for reinforcing steel as specified in Section 03 20 00-T. B. Welding procedures and qualifications of welders as specified in AWS D1.1 for casing steel and AWS D1.4 for reinforcing steel. C. Certified mill test reports for reinforcing steel. D. Concrete mix design as specified in Section 03 30 00-T. 31 63 29-T- 2 E. Existing Structure Survey: Submit survey documents including written description and photographs to document existing conditions. 1.05 CLOSEOUT SUBMITTALS A. Project Record Documents: Submit record documents. Record actual locations of piers, pier diameter, and pier depth. B. Accurately record the following: 1. Pier number, sizes, lengths, and locations of piers and footing groups. 2. Length, diameter and wall thickness of temporary or permanent casing. 3. Sequence of placement. 4. Date and time of start and completion of pier. 5. Depth augered or drilled through overburden and description of bearing stratum. 6. Final base and top elevations. 7. Elevation of adjacent grade. 8. Concreting data, including mix used, slump, air content, placement method, theoretical volume, and actual volume poured. 9. Deviation from indicated locations, plumbness, depth, elevations, and diameter. 1.06 QUALITY ASSURANCE A. Perform work in accordance with ADSC TL-4 and ACI 336.1. 1.07 QUALIFICATIONS A. Installer: Company specializing in performing work of this section with minimum 3 years documented experience. 1.08 PRE-INSTALLATION MEETINGS A. Convene a minimum of one week prior to commencing Work of this Section and notify Engineer a minimum of two weeks prior to scheduled date and time of meeting. B. Require attendance of parties directly affecting work of this Section. 31 63 29-T- 3 C. Review installation procedures and coordination required with related work. D. A test pier excavation and installation shall be performed at the site to verify the contractor's construction methods and to identify any potential groundwater infiltration and soil sloughing problems. The Geotechnical Engineer, or his designated representative, should be present to witness the installation of all the drilled piers, including the test pier excavation and installation. Location of test pier to be determined by structural engineer at time of test. 1.09 DELIVERY, STORAGE, AND HANDLING A. Store and handle controlled slurry materials in accordance with manufacturer's instructions. B. Mix, store, and transport controlled slurry materials using equipment made for this purpose. PART 2— PRODUCTS 2.01 DRILLED CONCRETE PIERS AND SHAFTS A. Concrete Materials and Mix: Specified in Section 03 30 00-T. B. Reinforcement: Specified in Section 03 20 00-T. C. Equipment: Appropriate to dewater excavated shaft. PART 3— EXECUTION 3.01 EXAMINATION A. Verify site conditions are ready for Work of this section. B. Verify that field measurements and survey benchmarks are as indicated on Contract Drawings. 3.02 PREPARATION A. Use placement method that will not cause damage to nearby structures. B. Document existing conditions for existing structures susceptible to damage: 1. Before pier installation, inspect existing structure thoroughly and notify Owner and Engineer in writing of visible defects and factors capable of prohibiting safe installation of drilled piers. 31 63 29-T- 4 2. Compile list of existing visible defects to building structure, finishes, and accessories. This list will form basis for determining any required repair Work after pier installation. 3. Use caution during drilled pier installation and provide sufficient safe guards to prevent damage to existing adjacent building structures, finishes and accessories. C. Notify adjacent and affected building occupants with 5 days' notice before proceeding with the Work. D. Notify utility companies to mark location of existing underground services. Do not begin work of this section until existing underground services are marked. E. The Contractor shall be responsible for locating all possible conflicts that subsurface construction on this project. F. Contractor shall thoroughly probe and/or perform hydro excavation along project route to locate and identify all underground utilities/conflicts prior to beginning pier installation. Any and all conflicts found shall immediately be brought to the attention of the Engineer. G. Expose adjacent utilities to verify exact location and depth prior to commencing work. H. Protect underground utilities and structures near the Work from damage. I. Contractor shall be responsible for any and all damage to existing underground utilities. J. Provide survey benchmarks and control points before beginning construction of piers. K. Prepare to place piers from existing site elevations. 3.03 EQUIPMENT A. Drilling Equipment: Capable of installing piers using driven casing method. Temporary steel casing will be required to install the straight shaft drilled piers at the site. B. Combustion Engine Exhaust: 1. Direct engine exhaust fumes away from occupied areas adjacent to work area. 2. Confined Work Areas: Direct engine exhaust fumes to atmosphere with closed, sealed exhaust system. C. Tremie and Pump Pipes: Suitable for placement of concrete into piers with minimum inside diameter six times greater than maximum concrete aggregate size. 31 63 29-T- 5 3.04 INSTALLATION A. Construct piers in accordance with ACI 336.1 with ADSC commentary, as modified herein. B. Drill vertical pier shafts and belled bases to diameters and depths indicated on Contract Drawings. C. Place steel casings, if required, during drilling operations to withstand compressive, displacement, withdrawal stresses, and to maintain shaft walls. Set firmly in place. Use shaft casing when free water is encountered. Shaft casing shall be installed to a depth that penetrates a minimum of three feet into the nearest clay layer below the bottom design elevation to minimize free water entry into drilled excavation. If no clay layer is present or clay layer is deeper than 1.5 times the pier design depth, alternate installation methods may be required for proper pier installation. D. Clean shaft and bottom of loose material. Maintain shafts free of water. E. Allow inspection of shaft and casing by Geotechnical Engineer prior to placement of reinforcement and concrete. F. Concrete shall be placed as soon as practical following drilling operations. No pier shall be drilled which cannot be filled with concrete by end of the workday or as designated by the Geotechnical Engineer. G. Place reinforcing steel in accordance with Section 03 20 00. H. Place concrete in single pour, in accordance with Section 03 30 00 with equipment designed for vertical placement of concrete. I. Progressively raise shaft casing during concrete placement. J. Extend reinforcement or provide dowels for connection of caps and/or grade beams as indicated on the Contract Drawings. K. Set tops of piers to elevations indicated. 3.05 DRILLING TOLERANCES A. Tolerances for deviations from design position, orientation and elevation: 1. Maximum Deviation from Position at Top of Shaft: 1 inch. 2. Maximum Deviation of Drilled Piers and of Above Ground Concrete Pier Extensions from Plumb: 1 in 48. 31 63 29-T- 6 3. Maximum Deviation of Pier Shaft Radius at Bottom of Shaft: Minus 0 inches. 4. Maximum Deviation of Pier Cut-Off Elevations: Plus 1 inch and minus 2 inches. B. Furnish corrective design and construction required to accommodate deviations exceeding specified tolerances, including replacement of piers, when necessary. 3.06 FIELD QUALITY CONTROL A. Concrete testing shall be performed under provisions of Section 03 30 00-T. B. Request inspection of foundations, by Geotechnical Engineer, in accordance with applicable codes. C. Engage licensed surveyor to perform survey work specified in this section, including survey of design and actual pier locations, elevations, and plumbness. D. Monitor benchmarks and survey control points for displacement during construction. Correct or replace displaced survey controls. Verify previous measurements relying on displaced controls. E. Submit survey information as the Work progresses, to expedite construction operations. F. Perform load tests to requirements of ASTM D1143. G. Test Piers: Same diameter, depth and type as specified for other piers placed in same manner. H. Accepted test piers may not be used in the Work. I. Contractor Supervision: Provide supervision of each phase of drilled pier construction. Check each drilled pier or shaft for required depth, clean-up, workmanship, and for tolerance requirements before concrete is placed. J. Observation: Geotechnical Engineer shall observe drilling and concreting of each pier. Contractor shall provide a minimum of 48 hours' notice prior to commencing work. K. Unacceptable Piers: Piers that fail, are placed out of position, exceed allowable tolerances, have defect inclusions, are below or above elevations or are damaged. L. Provide additional piers or replace piers failing to conform to specified requirements with no cost to Owner. 3.07 MONITORING AND INSPECTION A. Assist Geotechnical Engineer in monitoring and observing the Work including: 31 63 29-T- 7 1. Verification of specified tolerances. 2. Verification of conformance to specified procedures for the Work. B. Analyze monitoring results and submit to Architect/Engineer within the next day. Develop reports to present information tabularly and graphically. C. Support materials at side and bottom of pier at during construction. Fill spaces between casing and sides of hole, or other areas where loss of material occurs, with grout or other stable material, to prevent movement of surrounding soil. D. When ground loss occurs in hole during drilling, immediately notify Engineer and take steps necessary to minimize further loss of material. E. When undue settlement is evidenced at any time, immediately notify Engineer. END OF SECTION 31 63 29-T- 8 APPENDIX ��` sr,� • GEOTECHNICAL ENGINEERING �`' I • MATERIALS ENGINEERING &TESTING `"e • SOILS • ASPHALT • CONCRETE Ry AUESCompany GEOTECHNICAL SUBSURFACE INVESTIGATION AND RECOMMENDATIONS FOR THE PROPOSED ONSWTP CONCRETE PERIMETER WALL 13101 LEOPARD STREET CORPUS CHRISTI, TEXAS CITY OF CORPUS CHRISTI PROJECT NO. 22408 TASK ORDER NO. 60 ROCK ENGINEERING PROJECT NUMBER: G123180 PREPARED FOR: CITY OF CORPUS CHRISTI ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI, TEXAS 78411 J U LY 27, 2023 PREPARED BY: r" ROCK ENGINEERING & TESTING LABORATORY, LLC 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 P: (361) 883-4555; F: (361) 883-4711 TBPE FIRM NO. 2101 • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ` ENGINEERING& TESTING • SOILS •ASPHALT•CONCRETE A UES Company July 27, 2023 City of Corpus Christi Engineering Services 1201 Leopard Street Corpus Christi, Texas 78411 Attention: Mr. Edwin Santillan SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED ONSWTP CONCRETE PERIMETER WALL 13101 Leopard Street Corpus Christi, Texas City of Corpus Christi Project No. 22408, Task Order No. 60 Rock Engineering Project No. — G123180 Dear Mr. Santillan, In accordance with our agreement, we have conducted a subsurface investigation, laboratory testing program, and geotechnical evaluation for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted for your records and for distribution to the project design team. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions and Rock Engineering and Testing Laboratory, LLC (Rock Engineering) (TBPE Firm No. 2101), would be pleased to continue its role as the Geotechnical Engineer during project implementation. Rock Engineering also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. Sincerely, James P. Bauer, P.E. Corpus Christi Branch Manager ROCK ENGINEERING& TESTING LABORATORY, LLC Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office:512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax: 512.284.7764 6817 Leopard St. 10856 Vandate 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 www.rocktesting.com SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED ONSWTP CONCRETE PERIMETER WALL 13101 LEOPARD STREET CORPUS CHRISTI, TEXAS CITY OF CORPUS CHRISTI PROJECT NO. 22408, TASK ORDER NO. 60 ROCK ENGINEERING PROJECT NUMBER: G123180 PREPARED FOR: CITY OF CORPUS CHRISTI ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI, TEXAS 78411 JULY 27, 2023 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, LLC 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS PROFESSIONAL ENGINEERING FIRM REGISTRATION NO. 2101 .4��P�EOF TF' 0*,•• *�l 129201 ..................... . (1 IFS...ENE,,�G��►r �' James P. Bauer, P.E. Joshua A. McCann, E.I.T. Corpus Christi Branch Manager Project Manager 6+G`+`e`+4 •fsrl~O ' I l7 s o,p'Ta yc A UES Company TABLE OF CONTENTS Paqe INTRODUCTION..................................................................................................................................................... 1 Authorization........................................................................................................................................................ 1 Purposeand Scope............................................................................................................................................. 1 General................................................................................................................................................................ 1 SITEDESCRIPTION...............................................................................................................................................2 FIELDEXPLORATION...........................................................................................................................................2 Scope...................................................................................................................................................................2 Drilling and Sampling Procedures.......................................................................................................................4 FieldTests and Observations..............................................................................................................................4 LABORATORY TESTING PROGRAM ..................................................................................................................4 SUBSURFACE CONDITIONS................................................................................................................................5 General................................................................................................................................................................ 5 SoilConditions..................................................................................................................................................... 5 GroundwaterObservations.................................................................................................................................. 7 OSHASoil Type Classification............................................................................................................................ 8 SeismicSite Classification................................................................................................................................... 9 GEOTECHNICALDISCUSSION.......................................................................................................................... 10 ProjectDescription............................................................................................................................................. 10 PVRDiscussion................................................................................................................................................. 10 FOUNDATION RECOMMENDATIONS................................................................................................................ 11 Straight Shaft Drilled Pier Foundation Recommendations................................................................................ 11 LateralPier Analysis.......................................................................................................................................... 13 CONSTRUCTION CONSIDERATIONS................................................................................................................ 14 SubgradePreparation........................................................................................................................................ 14 Drilled, Cast-in-Place, Pier Construction Considerations.................................................................................. 15 Earthworkand Acceptance................................................................................................................................ 16 Expansionand Control Joints............................................................................................................................ 17 GENERALCOMMENTS....................................................................................................................................... 17 APPENDIX: Site Location Map Boring Location Plans Boring Logs B-1 through B-17 Key to Soil Classification and Symbols July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas INTRODUCTION This report presents the results of soil exploration and geotechnical analysis for the proposed O.N. Stevens Water Treatment Plant (ONSWTP) Concrete Perimeter Wall project at 13101 Leopard Street in Corpus Christi, Texas. This study was conducted for City of Corpus Christi Engineering Services. Authorization The scope of work for this project was performed in accordance with Rock Engineering and Testing Laboratory, LLC. (Rock Engineering) Proposal No. CGP011223A dated January 17, 2023. The scope of the work was approved and authorized by Jeff H. Edmonds, P.E. by issuance of executed Task Order No. 60 dated March 6, 2023. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to provide geotechnical recommendations for the proposed project. The scope of the exploration and analysis included the subsurface exploration, field and laboratory testing, engineering analysis and evaluation of the subsurface soils, provision of geotechnical recommendations, and preparation of this report. The scope of work for this project was determined by Rock Engineering. The scope of services did not include an environmental assessment. Any statements in this report or on the boring logs regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to provide geotechnical recommendations for the proposed project. The information submitted for the proposed project is based on project details provided by the client as well as the soil information obtained at the boring locations. If the designers require additional soil parameters to complete the design and this information can be obtained from the soil data and laboratory tests performed within the scope of work included in our proposal for this project, then Rock Engineering will provide the additional information requested as a supplement to this report. The Geotechnical Engineer states that the findings, recommendations, specifications, or professional advice contained herein have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. Page 1 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas Rock Engineering operates in general accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction", (ASTM D3740). No other representations are expressed or implied, and no warranty or guarantee is included or intended. SITE DESCRIPTION The project site is located at the existing O.N. Steven Water Treatment Plant facility located at 13101 Leopard Street in Corpus Christi, Texas. The location of the project site is shown on the Site Vicinity Map included in the Appendix. At the main entrance to the facility the proposed wall alignment is relatively flat and level and covered with grass. Utilities were noted to be present near the wall location and an existing rail line is present along the interior of the wall alignment. Approximately 500 feet east of the main gate, the surface slopes downward with relief on the order of 30 feet for a distance of nearly 1,000 feet. West of the main gate, the site is relatively flat and level and extending approximately 1,200 feet at which point the site transitions to existing sediment basin embankments featuring heights of approximately 15 feet. At the time of our study, daily coordination with on-site security personnel was required. At the time of our field services the ground surface was dry and firm and provided adequate support for our drill rig to access the boring locations. It should be noted that the supporting capability of the site soils may be different at the time of construction, particularly after rain events. With this in mind, we recommend that the contractor verifies the ground conditions before construction starts and be prepared to use adequate equipment and vehicles capable of accessing and traversing the site. FIELD EXPLORATION Scope The field exploration to evaluate the engineering characteristics of the subsurface soil materials, included reconnaissance of the project site, performing the test boring operations and obtaining disturbed split spoon samples and relatively undisturbed Shelby tube samples. During the sample recovery operations the soils encountered were classified and recorded on the boring logs in accordance with "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock", (ASTM D5434). Seventeen (17) borings were performed at the site for the purpose of providing geotechnical information. The table below provides the boring identifications, boring depths, and approximate Global Positioning System (GPS) coordinates at the boring locations. Page 2 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas Summary of Boring Information Boring Boring Depth (ft) Approximate GPS Coordinates Identification B-1 30 No 27.85621 W° 97.62790 B-2 30 No 27.85657 W° 97.62817 B-3 45* No 27.85694 W° 97.62749 B-4 45* No 27.85741 W° 97.62678 B-5 45* No 27.85799 W° 97.62585 B-6 45* No 27.85843 W° 97.62525 B-7 45* No 27.85893 W° 97.62444 B-8 30 No 27.85947 W° 97.62384 B-9 30 No 27.86001 W° 97.62306 B-10 30 No 27.86036 W° 97.62181 B-11 30 No 27.86048 W° 97.62109 B-12 30 No 27.86053 W° 97.62076 B-13 30 No 27.86060 W° 97.62026 B-14 30 No 27.86077 W° 97.61847 B-15 30 No 27.86087 W° 97.61747 B-16 30 No 27.86091 W° 97.61676 B-17 30 No 27.86050 W° 97.61671 The boring depth was increased from 30 feet to 45 feet as the boring was drilled on top of the sediment basin embankments. The location of the borings drilled at this site are shown on the Boring Location Plans included in the Appendix. Rock Engineering determined the number, depths and location of the borings. Borings B-1 to B-12 were drilled by On-Point Geophysical and were logged by Rock Engineering. Borings B- 13 to B-17 were drilled and logged by Alpha Testing, LLC. The approximate GPS coordinates were obtained at the boring locations using a Garmin GPS model eTrex and are provided in this report and on the boring logs. Upon completion of the drilling operations and obtaining the groundwater observations, the borings located on the embankment (B-3 to B-7) were backfilled with a grout mixture while the remaining borings were backfilled with excess soils obtained during drilling operations. Boring Location Plans are provided in the Appendix of this report. The borings performed for this project were used to determine the classification and strengths of the subgrade soils. The information provided on the boring logs includes the boring location, boring depth, soil classification, soil strengths, and laboratory test results. The boring logs are included in the Appendix. Page 3 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas Drilling and Sampling Procedures The borings were performed using a drilling rig equipped with a rotary head turning solid stem augers to advance the boreholes and a bentonite slurry, which was introduced upon encountering groundwater, to keep the hole from caving. Disturbed samples were obtained by employing split-barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split-Barrel Sampling of Soils"; (ASTM D1586). Relatively undisturbed soil samples were obtained using thin-wall tube sampling procedures in general accordance with, "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples were visually classified, placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Observations Standard Penetration Tests (SPTs)— During the sampling procedures, SPTs were performed to obtain the standard penetration values of the soil at selected intervals. The standard penetration value (N) is defined as the number of blows of a 140-pound hammer, falling 30 inches, required to advance the split-barrel sampler 1 foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6-inch penetrations. The "N" value is obtained by adding the second and third 6-inch increment number of blows. An automatic hammer was utilized when performing SPTs. An automatic hammer is usually taken as having an efficiency of one. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. Water Level Observations —Water level observations were obtained during and after the test boring operations. Water level observations are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, such as clayey soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land-use, proximity to water bodies and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations — The ground surface elevations at the boring locations were not provided. Therefore, depths referred to in this report are from the ground surface at the boring locations during the time of our field investigation. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the foundation system for the proposed project. Page 4 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on the samples. In addition, selected samples were subjected to Atterberg limits tests (ASTM D4318)and percent material finer than the#200 sieve tests (ASTM D1140). The shear strengths of selected cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D2166) in conjunction with determining the unit weight of the soil specimens (ASTM D7263). The shear strengths of all the cohesive soil samples obtained by Shelby tube sampling were obtained using a hand penetrometer. The laboratory testing program was conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs provided in the Appendix. SUBSURFACE CONDITIONS General The types of soil materials encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the field strength tests, water level observations, and laboratory tests are presented on the boring logs. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, the samples will be disposed of three months after issuance of this report. The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations will occur and should be expected between or beyond the boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The generalized soil conditions encountered at the project site have been summarized and soil properties including soil classification, strength, and plasticity are provided in the tables below. Page 5 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas Soil Profile Table: NW End of Sediment Basin (Borings B-1 and B-2) D Description LL PI C ye 4200 P N 0-5 FILL: Poorly Graded SAND with Silt NP NP -- 29 115 8 -- 9-11 5-18 Sandy Fat CLAY and Fat CLAY with 64-70 49-54 3,000 -- 120 67-81 4.5+ -- Sand 18-28 Fat CLAY with Sand -- -- 2,600 -- 120 -- 3.5-4.0 F28-30 Silty Clayey SAND -- -- -- 36 115 -- -- 32-41 Exceptions to the above generalized soil profile table exist. Most notable is the presence of a cohesive fill layer from the ground surface to a depth of 2'/2 feet in Boring B-2. Additionally, non-cohesive soils were present as shallow as 19'/2 feet in Boring B-2. Soil Profile Table: North Embankment (Borings B-3 through B-7) D Description LL PI C -ye 4200 P N 0-5 Fill: Sandy Lean/Fat CLAY 33-52 23-37 1,000 -- 120 59-70 4.5+ 8-17 5-111 Fill: Lean/Fat CLAY with Sand and 43-51 29-38 1,500 30 120 68-72 1.75-4.5+ 7-10 Sandy Fat CLAY, and Silty SAND 11-182 Fill: Poorly Graded SAND with Silt NP NP -- 32 115 -- -- 24-35 and Fill: Silty Clayey SAND 18-23 Fat/Lean CLAY with Sand and 50 34 1,400 -- 120 72 1.75-2.25 11-16 CLAYEY Sand 23-38 Fat/Lean CLAY with Sand and 45-48 29 3,000 -- 120 --- 3.0-4.5+ 28-29 CLAYEY Sand 38-453 Silty Clayey SAND -- -- -- 35 115 -- -- 26-48 1) Loose to medium sands were encountered from 8 to 18 feet in B-3 and from 3'/2 to 18 feet in B-6. 2) Stiff clay soils were encountered to a depth of 13 and 18 feet in B-4 and B-5, respectively. 3) Hard clay soils were encountered at depths of 43 feet in Borings B-4 and B-7. Exceptions to the above generalized soil profile table do exist and are as noted above. Soil Profile Table: Main Entrance (B-8 through B-12) D Description LL PI C Ye 4200 P N 0-3 Sandy Lean CLAY and Fat CLAY 51-56 32-40 1,500 -- 120 65-79 2.25-4.5+with Sand 3-18 Fat CLAY with Sand and Sandy 47-66 34-51 3,000 -- 120 59-85 4.5+ -- Lean CLAY 18-25 Sandy Lean CLAY and Lean CLAY 30 19 1,500 -- 120 30-55 2.25-4.5+ 28-31 with Sand and CLAYEY Sand 25-30 Silty SAND -- -- -- 35 115 15 -- 24-45 Exceptions to the above generalized soil profile table do exist. Most notable is the presence clay soils extending to depths of 28 and 30 feet in Borings B-9 and -10, respectively. Page 6 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas Soil Profile Table: East of the Main Entrance (B-13, through B-15) D Description LL PI C ye 4 200 P N 0-3 Silty CLAYEY Sand, Lean CLAY 22-32 6-19 1,500 -- 120 35-53 2.0-4.5+ -- with Sand and Sandy Lean CLAY 3-20 Sandy Lean CLAY, Lean CLAY with 27-48 14-31 3,000 -- 120 35-62 4.5+ 28-58 Sand, and CLAYEY Sand 20-30 Silty SAND -- -- -- 37 115 25 -- 39->50 Soil Profile Table: Northeast Corner of the Site (13-16 and B-17) D Description LL PI C Ye 4 200 P N 0-6 Fill: Sandy Lean CLAY and Fill: 24-27 10-15 1,500 -- 120 31-50 1.5-4.5+ -- CLAYEY Sand 6-10 Fill: CLAYEY Sand 24 11 2,300 -- 120 40 4.5-4.5+ -- 10-18 Silty CLAYEY Sand -- -- 1,000 -- 120 -- 1.0-3.0 -- 18-26 Silty CLAYEY Sand -- -- 2,500 -- 120 40 3.0-4.5 -- 26-30 Silty SAND -- -- -- 37 115 -- -- 30-37 Exceptions to the above generalized soil profile table do exist. Most notable is the presence of a silty sand layer as shallow as 11 feet in Boring B-17. Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf(undrained) =Angle of Internal Friction, deg. (undrained) Ye = Effective soil unit weight, pcf 4200 = Material passing #200 sieve, % P = Hand penetrometer value range, tsf N = SPT N-value (bpf) Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. Groundwater Observations Groundwater was not observed during drilling operations; therefore, the groundwater level was below the termination depths of our boring depth which ranged from was 30 feet below existing site grades. However, in Boring B-9 groundwater was measured at a depth of 28'/2 feet below the existing grade after drilling was completed for the day. It should be noted that the water level in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site may be subject to seasonal conditions, recent rainfall, drought or temperature effects. Page 7 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas OSHA Soil Type Classification The contractor is solely responsible for designing and constructing stable, temporary excavations and should dewater, shore, slope or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. If these regulations are not strictly enforced and closely followed, the owner and the contractor could be liable for substantial penalties. The tables below provides a summary of the OSHA Soil Type Classification based on the soils encountered at the boring location. OSHA Soil Type Classification: NW End of Sediment Basin (Borings B-1 and B-2) Depth Description OSHA Soil Type feet Classification 0-5 Non-cohesive soil above the water table and previously disturbed material. Type C Cohesive soil above the water table 5-20 (average undrained shear strength is greater than 500psf) Type B OSHA Soil Type Classification North Embankment (Borings B-3 through B-7) Depth OSHA Soil Type feet Description Classification 0-18 Previously disturbed material (Fill) and non-cohesive soil Type C 18-20 Cohesive soil above the water table Type B (average undrained shear strength is greater than 500 psf) yp OSHA Soil Type Classification: Main Entrance (Borings B-8 through B-12) Depth Description OSHA Soil Type feet Classification Cohesive soil above the water table 0-20 (average undrained shear strength is greater than 500 psf) Type B OSHA Soil Type Classification East of Main Entrance (Borings B-13 through B-15) Depth OSHA Soil Type feet Description Classification Cohesive soil above the water table 0-20 (average undrained shear strength is greater than 500 sf Type B Page 8 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas OSHA Soil Type Classification: Northeast Corner of the Site (Borings B-16 and B-17) Depth Description OSHA Soil Type feet Classification 0-20 Previously disturbed material (Fill) and non-cohesive soil Type C It should be noted that the contractor's "competent person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. Any soil from which water is freely seeping should be downgraded to Type C soil. Slope protection for excavations greater than 20 feet need to be designed and sealed by a professional engineer registered in the State of Texas. The maximum allowable slopes during construction for soil OSHA soil types are provided in the following table. Guidelines for Maximum Allowable Slopes Soil Type Max. Allow. Slopes for Excavations <Than 20' Deep Type B 1 Horizontal : 1 Vertical Type C 1'h Horizontal : 1 Vertical 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. Specifically, the current OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926 should be followed. The guidelines presented herein for slopes do not imply Rock Engineering is taking responsibility for construction site safety; this responsibility falls entirely upon the contractor and his competent person. The contractor shall comply with all rules, ordinances and other requirements to comply with safe construction practices. Seismic Site Classification In accordance with the International Building Code (IBC), "When the soil properties are not known in sufficient detail to determine the site class, Site Class D shall be used unless it is determined that Site Class E or F soil is likely to be present at the site." Since our field investigation have not included a 100-foot deep boring, by definition the soil properties are not known in sufficient detail. Site Class D soils should have a Standard Penetration Resistance of 15 to 50 blows per foot (bpf), or an undrained shear strength between 1,000 and 2,000 pounds per square foot (psf). The predominate soil strengths within the depths explored at this site generally meet or exceed the typical strength range above and therefore the site should be classified as Seismic Site Class D. Page 9 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas GEOTECHNICAL DISCUSSION Project Description Based on information provided to Rock Engineering, the project will include the construction of a pre-cast concrete (Verti-crete or similar) or concrete wall with an alignment of approximately 4,560 linear feet and is anticipated to be approximately 12 feet high around the north side of the existing plant. It should be noted that other design details have not been provided. If additional information becomes available, it should be forwarded to Rock Engineering, so we can review the information and refine the scope of work if appropriate. PVR Discussion The laboratory test results indicate that the soils in the active zone range from low to very high in plasticity. Further detail regarding the estimated potential vertical rise (PVR) for the boring locations are presented in the table below. Estimated PVR Values Boring Designations PVR B-9 5-5'/2 B-2, B-8, B-10, 13-11 4-4'/2 B-1, B-4 3-3'/2 B-5, B-12, B-13 2'/2-3 B-3, B-7 2-2'/2 B-6, B-14, B-15, B-16 and B-17 < 1 The PVR values were calculated using the Texas Department of Transportation Method TEX- 124E and took into account the average depth of active zone, extending to depths above the anticipated water levels and the Atterberg limits test result of the soils encountered within the active zone. It is important to note that the PVR value provided herein was calculated using the Texas Department of Transportation Method TEX-124E and represents the vertical rise that can be experienced by relatively dry subsoils subjected to increases in soil moisture content resulting from surface water intrusion. The TEX-124E method is widely used in Texas for predicting expansive soil movements and has been found to be reasonably accurate for moisture variations resulting from normal seasonal and climatic controlled conditions (environmental conditions). The actual movement of the subsoils is dependent upon their change in moisture content. It should be noted that the time frame for moisture variation is difficult to predict but often occurs over large periods of time on the order of decades. Page 10 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas Conditions that allow the soils to become saturated or significantly exceed typical moisture variations resulting from environmental conditions or exceed the dry and wet boundary conditions established by the TEX-124E method, such as poor drainage may result in 2 to 3 times or more the magnitude of moisture related soil movements than estimated by the PVR provided herein. Differential vertical movements may occur over a distance equal to the depth of the active zone and can potentially be equal to the expected total movements. Typically it is desired to perform excavation and replacement with select fill to reduce the PVR to an inch or less. However, due to the high variability of the PVR across the alignment of the wall and site constraints that may prevent safe excavations, it is anticipated that the wall will be supported by a drilled pier system with a grade beam connecting the piers. Therefore, consideration should be given to utilizing carton void forms below the grade beam to allow subsurface soils to move without compromising the wall structure. Where carton voids forms are used, they should have a minimum thickness of 10 inches. FOUNDATION RECOMMENDATIONS Straight Shaft Drilled Pier Foundation Recommendations As previously mentioned, the high variability in the site PVR, and due to the variation in strength of the near surface soils, shallow foundations do not appear feasible for this site. Additionally, the depths at which sand soils vary across the site which precludes the use of underream drilled piers for this project. Therefore, it is anticipated that straight shaft drilled piers will be utilized to support the concrete perimeter wall. The structural designer can utilize the allowable unit skin friction values for the range in depths included in the following table for straight shaft drilled piers to resist the axial loads given the strengths of the subsurface soils encountered. Allowable Unit Skin Friction: NW End of Sediment Basin (B-1 and B-2) Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0-5 Neglect 5-18 750 18-25 650 Allowable Unit Skin Friction: North Embankment (B-3 through B-7) Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0-5 Neglect 5-11 200 11-18 500 18-23 400 23-40 750 Page 11 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas Allowable Unit Skin Friction: Main Entrance (B-8 through B-12) Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0-5 Neglect 5-18 750 18-25 375 Allowable Unit Skin Friction: East of Main Entrance (B-13 through B-15) Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0-5 Neglect 5-25 750 Allowable Unit Skin Friction: Northeast Corner of the Site (B-14 through B-17) Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0-6 Neglect 6-10 500 10-18 300 18-25 600 All depths are referenced from the existing ground surface elevations at the boring locations during the time of our field investigation. The allowable unit skin friction values provided above are based on the strengths of the in-situ soils and utilize a design safety factor of 2 against shear failure. The minimum pier depth shall be determined by the structural engineer based on axial and lateral loading conditions, including uplift, as well as compliance with all regulatory requirements. The maximum pier depth is 25 feet. The upper portion of the shaft should be neglected for skin friction and uplift force consideration as indicated in the above tables. The piers will be subject to swell uplift forces resulting from adhesion of the expansive soils along the perimeter of the shafts. Uplift can be resisted utilizing the dead load on the pier and the weight of the pier itself. The swell uplift force can be estimated (in kips) by multiplying the diameter of the pier (in feet) by the values in the table below: Uplift Value Table Boring Location Uplift Value B-1 and B-2 50 B-3 through B-7 10 B-8 through B-12 60 B-13 through B-15 25 B-16 and B-17 5 If additional resistance to expansive soil induced uplift is required, the allowable skin friction values below a depth of 15 feet may be utilized in the design. Page 12 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas Uplift resistance due to structural loading conditions can be calculated by utilizing 60 percent of the allowable skin friction values provided in the table above. Settlement of a properly designed and constructed straight shaft drilled pier is estimated to be on the order of 1 percent of the shaft diameter of the pier and differential settlements of equally loaded same size drilled shafts should experience differential settlements on the order of '/2 percent of the pier shaft diameters. Straight shaft drilled piers should be spaced no closer than three pier diameters apart measured center to center, to avoid capacity reductions for closely spaced piers. If groups of piers are required to support concentrated loads, the supporting capacity of a group of vertically loaded drilled piers closely spaced could be considerably less than the sum of the capacities of the individual members comprising the group. The capacity of the group varies as a function of change in size, spacing and stiffness. Axial group capacity may be estimated from the equation below, where E is the group efficiency, N is the number of piers in the group and Q is the single drilled pier capacity. P = E * N * Q Values of group efficiency E increase from about 0.65 at a spacings of 2.5 diameters to about 1.0 at a spacing of 6 diameters for cohesive soils with a shear strength less than 2,000 psf. For cohesive soil below with a shear strength exceeding 2,000 psf, the group efficiency may be taken as 1. For non-cohesive soils (sands) values of group efficiency E increase from about 0.8 at a spacings of 2.5 diameters to about 1.0 at a spacing of 5 diameters, where the deep foundations act individually. Detailed analyses of foundation-soil interaction for a specific group spacing would be necessary to define actual efficiency. Lateral Pier Analysis Drilled pier foundations may be subjected to lateral loads. Lateral pier analysis programs such as L-pile will require the following soil parameters for this site: L-Pile Design Criteria— Drilled Piers (B-1 and B-2) D Description C y, K Eso 0-5 SAND Neglect 5-18 CLAY 3,000 -- 120 1,000 0.005 18-23 CLAY 2,600 -- 120 1,000 0.005 23-25 SAND -- 36 115 225 -- L-Pile Design Criteria— Drilled Piers (B-3 through B-7) D Description C y, I K Eso 0-5 FILL Neglect 5-11 FILL: CLAY/SAND 1,500 30 120/115 500/25 0.007/-- 11-18 SAND -- 32 115 90 -- 18-23 CLAY 1,400 -- 120 500 0.007 23-38 CLAY 3,000 -- 120 1,000 0.005 Page 13 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas L-Pile Design Criteria— Drilled Piers (B-3 through B-7) Continued 38-40 1 SAND I -- 1 35 1 115 1 90 -- Note: Due to the inconsistent soil profiles, the material from 5 to 10 feet will have to be verified upon pier installation. L-Pile Design Criteria— Drilled Piers (B-8 through B-12) D Description C ye K Eso 0-5 CLAY Neglect 5-18 CLAY 3,000 -- 120 1,000 0.005 18-25 CLAY 1,500 -- 120 500 0.007 L-Pile Design Criteria— Drilled Piers (B-13, B-14, and B-15) D Description C y, K Eso 0-5 CLAY Neglect 5-23 CLAY 3,000 -- 120 1,000 0.005 23-25 SAND -- 1 37 115 225 -- L-Pile Design Criteria— Drilled Piers (B-16 and B-17) D Description C y, K Eso 0-5 CLAY Neglect 5-10 FILL: CLAY 2,300 -- 120 1,000 0.005 10-18 CLAY 1,400 -- 120 500 0.007 13-18 CLAY 2,600 -- 120 1,000 0.005 18-25 SAND -- 37 115 225 -- Where: D = depth (ft) yE = effective unit weight, pcf C = shear strength, psf K= modulus of subgrade reaction (pci) = angle of internal friction, deg. Eso = 50% strain value K and Eso values were estimated from known correlations. CONSTRUCTION CONSIDERATIONS Subgrade Preparation If deep foundations are utilized to support the concrete perimeter wall, site preparation to reduce the PVR value is not required. Rather, appropriate grading, proof-rolling and ordinary compaction of the subgrade soils should be performed as necessary to properly support formwork and/or carton forms during construction. Page 14 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas Drilled, Cast-in-Place, Pier Construction Considerations For deep drilled pier construction at this site, temporary steel casing, the slurry displacement method of pier installation, or a combination of temporary steel casing and slurry displacement method will be required. The appropriate method or combination of methods should be determined by the pier installation contractor. Proper installation methods will also depend on the final foundation design depths and the site and groundwater conditions at the time of construction. With temporary steel casing, the casing can be overdriven beyond the founding depth of the pier, if necessary, to properly seal the casing in a competent clay layer. The casing should not be overdriven by more than a few feet beyond the founding depth of the pier. The competent clay layer in which the casing will be sealed will be determined by the pier installation contractor. Care must be taken during concrete placement and casing removal to ensure that sufficient concrete head is maintained inside the casing to prevent soil intrusions in the pier concrete. Concrete should be placed as soon as possible after all loose material has been removed, the pier excavation inspected and reinforcing steel installed. A relatively high slump concrete mix (6 to 7-inches) is suggested to minimize problems related to the concrete adhering to the casing as the casing is removed and to minimize aggregate segregation caused by the reinforcing steel. Free fall of concrete into the pier excavation is permitted provided the concrete can be placed into the pier excavation without striking the sides of the excavation or hitting the rebar. It should be noted that research has shown that free fall concrete guided at the top of the excavation to avoid contact with the sides of the pier excavation and reinforcing steel can drop more than 80 feet without any measurable segregation and the strength of the concrete was not adversely affected as long as the concrete was falling through air. In situations where it is impossible for the concrete to fall freely without striking the rebar cage or sides of the pier excavation the free fall should be limited to 10 feet or placed with a tremie. Pier excavations should not be allowed to stay open overnight. With slurry displacement, it is essential that there is a sufficient slurry head available (or that the slurry density can be increased as needed) so the inside pressure is greater than that from the groundwater table or the tendency of the soil to cave. Bentonite is most commonly used with water to produce the slurry ("bentonite slurry"). Some experimentation may be required to obtain optimum percentage for a site but amounts in the range of 4 to 6 percent by weight are usually adequate. The bentonite should be well mixed with water so that the mixture is not lumpy. The slurry should be capable of forming a filter cake on the shaft wall and to carry the smaller, under 6mm, excavated particles in suspension. Page 15 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas With the slurry method it is generally desirable to: • Prevent having the slurry in the shaft too long to prevent an excessively thick filter cake is difficult to displace with concrete during shaft filling. • Pump the slurry and screen out the larger soil particles in suspension then the "conditioned" slurry can be returned to the shaft prior to concreting. • Care should be exercised in excavating clay through the slurry so that pulling a large fragment does not cause sufficient negative pore pressure, or suction, to develop and collapse a part of the shaft. When the shaft is complete the rebar cage is set in place and a tremie installed (this sequence is usually necessary so that the tremie does not have to be pulled to set the cage and then reinserted-almost certain to produce a slurry film discontinuity in the shaft). Concrete is pumped with great care taken that the tremie is always well submerged in the concrete so a minimum surface area is exposed and contaminated with slurry. Studies have shown that the concrete will adequately displace slurry particles from the rebar cage so a good bond can be obtained, and as previously noted, if the shaft is not open too long the filter cake on the pier wall is reasonably displaced as well. The successful placement of a pier foundation is dependent on the expertise of the drilled pier foundation contractor. It is recommended that a test pier excavation be performed at the site to verify groundwater conditions at the specific location and time, and to ensure that the proper method of pier installation is being performed. The Geotechnical Engineer, or his designated representative, should be present to witness the test pier operations as well as all of the production pier installation activities. Earthwork and Acceptance Exposure to the environment may weaken the soils at the foundation bearing level if excavations remain open for long periods of time. Therefore, it is recommended that the foundation excavations be extended to final subgrade elevations and that the foundations be constructed as soon as possible to minimize potential damage to the bearing soils. The foundation excavations should be free of loose soil, ponded water or debris, and should be observed prior to concreting by the Geotechnical Engineer or his designated representative. Concrete and flatwork constituents should not be placed on soils that have been disturbed by rainfall or seepage. If the subgrade soils are softened by surface water intrusion or by desiccation, the unsuitable soils must be removed and be replaced with properly compacted soils or base material as directed by the Geotechnical Engineer. Page 16 of 17 July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan CoCC Project No. 22408, Task Order No. 60 Rock Engineering Project Number G123180 13101 Leopard Street, Corpus Christi, Texas The Geotechnical Engineer or his designated representative should monitor subgrade preparation. As a guideline, density tests should be performed on the exposed subgrade soils and each subsequent lift of compacted select fill soils at a rate of one test per 2,000 square feet or a minimum of three in-place nuclear tests per testing interval, whichever is greater. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Expansion and Control Joints Expansion and control joints should be designed and placed in various portions of the structure. Properly planned placement of these joints will assist in controlling the degree and location of material cracking that normally occurs due to material shrinkage, thermal affects, soil movements and other related structural conditions. GENERAL COMMENTS If significant changes are made in the character or location of the proposed ONSWTP Concrete Perimeter Wall project, a consultation should be arranged to review any changes with respect to the prevailing soil conditions. At that time, it may be necessary to submit supplementary recommendations. It is recommended that the services of Rock Engineering be engaged to test and evaluate the soils in the foundation excavations in order to verify that the subgrade soils are consistent with those encountered in the borings. Rock Engineering cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the foundations if not engaged to also provide construction observation and testing for this project. If it is required for Rock Engineering to accept any liability, then Rock Engineering must agree with the plans and perform observation during construction as we recommend. All dewatering, sheeting, shoring and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. Page 17 of 17 APPENDIX • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS `+e ENGINEERING& TESTING a��r°qr • SOILS •ASPHALT•CONCRETE A UES Company SITE LOCATION MAP 134 37 BV f i • e July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan 13101 Leopard Street Rock Engineering Job Number G123180 Corpus Christi, Texas ROCK ENGINEERING& TESTING LABORATORY, LLC Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office:512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax: 512.284.7764 6817 Leopard St. 10856 Vandate 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 www.rocktesting.com • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING& TESTING • SOILS •ASPHALT•CONCRETE A UES Company / BORING LOCATION PLAN (1 of 2) tr- i a 1 � k �5e r ti a , ' GGG 9 G =..�F Mr# 6 ■ July 26, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan 13101 Leopard Street Rock Engineering Job Number G123180 Corpus Christi, Texas ROCK ENGINEERING& TESTING LABORATORY, LLC Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office:512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax: 512.284.7764 6817 Leopard St. 10856 Vandate 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 www.rocktesting.com °�e�"�G s'FS,,� • GEOTECHNICAL ENGINEERING �`' ° • CONSTRUCTION MATERIALS ENGINEERING&TESTING °p+'°q, • SOILS •ASPHALT•CONCRETE A UES Company BORING LOCATION PLAN (2 of 2) C) - , .4 t - a� July 27, 2023 ONSWTP CONCRETE PERIMETER WALL Attn: Mr. Edwin Santillan 13101 Leopard Street Rock Engineering Job Number G123180 Corpus Christi, Texas ROCK ENGINEERING& TESTING LABORATORY,LLC Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office:512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax: 512.284.7764 6817 Leopard St. 10856 Vandate 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 www.rocktesting.com LOG OF BORING B-1 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r ,y Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/18/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers/Mud Rotary at 15 feet LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w z g in J H F LL O J H } LL O O D F W LL C7 U U t� ~L N m Z 0 (n(n U)() K (� (n Z (n co 0 O a 2 0 0 0 Ln o a ii r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM SS N=11 4 NP NP NP 8 8_1 FILL: POORLY GRADED SAND WITH SILT(SP-SM), light brown, dry, medium. ss 5 S-2 N=9 4 Same as above, loose. --------------------- ------- -------------------------------- ST P=4.5+ 13 70 16 54 111 6.4 67 S-3 SANDY FAT CLAY(CH), dark gray, moist, hard. --------------------- ---- -- -------------------------------- ST P=4.5+ 17 67 16 51 81 r0 S_4 FAT CLAY WITH SAND, (CH), dark gray and brown, moist, hard. ST S-5 P=4.5+ 17 Same as above, brown. ST P=4.5+ 17 15 S-6 Same as above. ST 20 S-7 P=3.5 17 Same as above,very stiff. ————— ———— ———— -- -- -- ------------------------------ SS 25 S 8 N=24 16 59 SANDY LEAN CLAY, brown, moist,very stiff. ss N=32 7 30 S-9 SILTY CLAYEY SAND, brown, dry, dense. Boring terminated at a depth of 30 feet. N r N r Uj WI 0 a Cn 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.85621 W 97.62790 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-2 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/17/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w z g in J H F LL O J H } LL O O L�`C7 U U t� ~L N m Z 0 (n(n U)() K 0 (� (n Z (n co 0 O a 2 0 0 0 Ln o a ii r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST P= 1.75 19 38 11 27 59 8-1 FILL:SANDY LEAN CLAY(CL)dark gray, moist, stiff. ST — FILL: POORLY GRADED SAND WITH SILT,light brown, S-2 P=4.5+ 14 64 13 51 75 \moist, loose. I 5 FAT C-1AYWITFTSAND-(Fr)—dark gray, molst—, hara. ST P=4.5+ 16 64 15 49 78 S-3 Same as above, dark gray and brown. (CH) --------------------- ---- -- -------------------------------- ST 10 S-4 P=4 5+ 19 LEAN CLAY WITH SAND, brown, moist, hard. ST S-5 P=4.5+ 21 Same as above. ST P=4.5+ 16 15 S-6 Same as above. ST P-4-0—— 17—— 20 s-7 = — ———— —— —— —— Same as— above,very stiff. SS N=40 10 25 8-8 SILTY SAND, brown, moist, dense. SS N=41 6 30 S-g Same as above, dry. Boring terminated at a depth of 30 feet. N r N r LU WI 0 a 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.85657 W 97.62817 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-3 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r ,y Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/17/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers/Mud Rotary at 25 feet LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z w w z g in J H F LLLL O J H } O O `�`C7 U U t� ~L N m Z 0 (n(n U)() K 0 (� (n Z (n co 0 O a 2 o 0 0 Ln o a ii r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM SS N=8 18 43 13 30 67 8_1 FILL:SANDY LEAN CLAY(CL), dark gray, moist, stiff. ss 5 S-2X N=9 10 Same as above, gray and brown. --------------------- ------- -------------------------------- ST P=4.5+ 15 43 14 29 72 s-3 FILL: LEAN CLAY WITH SAND(CL), dark gray and brown, ----- ---- ---- -- -- -- moist, hard. ss 10 S-4 N=16 13 FILL:SILTY SAND,with clay seam, brown, moist, medium. ss S-5 N=17 16 Same as above. ss 15 S 6 N=17 2 Same as above,without clay seam. ----- ---- ---- -- -- -- ------------------------------ ST P=2.25 21 50 16 34 72 20 S_p FAT CLAY WITH SAND (CH), dark gray, moist, very stiff. ————— ———— ———— -- -- -- ------------------------------ ST P=3.0 19 48 19 29 105 3.5 81 25 S_g LEAN CLAY WITH SAND, brown, moist,very stiff. ST P=4.0 17 30 S-9 Same as above,with calcareous deposits. N r ST P=4.5+ 15 0 35 S-10 Same as above, hard. c? LU W ————— ———— ———— -- -- -- ------------------------------ ° SS a 40 S-11 N=28 11 SILTY SAND,with clay layer, brown, moist, medium. N . z . 0 : o ss N. 45 S-12 N=48 11 Same as above, dense. cD Boring terminated at a depth of 45 feet. Er o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.85694 W 97.62749 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-4 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r ,y Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/17/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers/Mud Rotary at 25 feet LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z w w z g in J H F LL O J H } O O `�`C7 U U t� ~L N m Z 0 (n(n U)() K 0 (� (n Z (n co 0 O a 2 0 0 0 Ln o a ii r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM 00 SS N=14 14 8-1 FILL:SANDY LEAN CLAY, brown and dark gray, moist, stiff. ----- ---- ---- -- -- -- ------------------------------ 00 ST P=4.5+ 13 52 15 37 70 5 8_2 FILL: FAT CLAY WITH SAND(CH), dark gray, moist, hard. --------------------- ---- -- -------------------------------- ST P=4.0 16 46 16 30 68 S-3 FILL:SANDY LEAN CLAY(CL), gray, moist, very stiff. ST 10 S-4 P=2.5 14 Same as above. ST P=3.5 19 46 17 29 54 S-5 Same as above. ----- ---- ---- -- -- -- ------------------------------ ss s 6 N=17 11 POORLY GRADED SAND WITH SILT,with clay layer, brown, 15 moist, medium. ---------------------- ---- -- -------------------------------- SS 20 S-7 N=11 19 FAT CLAY WITH SAND, dark gray, moist, stiff. ST P=4.5 17 25 S-8 Same as above, brown, hard. ST P=4.5+ 16 30 S-9 Same as above. N r ST P=4.5+ 16 0 35 S-10 Same as above. c? Wi ————— ———— ———— -- -- -- ------------------------------ 0 SS a 40 S 11 N=32 16 LEAN CLAY WITH SAND, brown, moist, hard. U) 0 ST M s-12 P=4.5+ 21 FAT CLAY WITH SAN 45 D, brown, moist, hard. Boring terminated at a depth of 45 feet. o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST I NDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.85741 W 97.62678 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-5 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/17/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers/Mud Rotary at 25 feet LIMITS x w GROUNDWATER INFORMATION: z wLu Q > Groundwater was not encountered during drilling. w ? � Boring caving at 25 feet during drilling. z g J H F LLLL O J H } O O D F�LL� U U t� ~L N m Z 0 (n(n U)(n K (� (n Z (n co 0 O 3 <n') > > Q ¢ w0 0Z - z a 2 o 0 0 Ln o a a r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM 00 SS N=16 12 00 8-1 Fill: LEAN CLAY WITH SAND, brown and dark gray, moist, very stiff. 00 ST 00 5 S-2 P=4.5+ 14 Same as above, hard. 00 00 ST P=2.5 19 48 17 31 71 00 s-3 Same as above, dark gray, very stiff. (CL) 00 00 00 ST p= 1.75 19 48 16 32 70 00- r0 s-q Same as above, stiff. (CL) 00 00 00- ST P=4.0 18 105 3.2 s-5 Same as above, very stiff. ————— ———— ———— -- -- -- ------------------------------ ST p=3.5 14 46 16 30 57 15 S-C Fill:SANDY LEAN CLAY, (CL), gray, moist,very stiff. ------------------------------------------------------------- ST 20 S-7 P=1.75 19 FAT CLAY WITH SAND, gray and brown, moist, stiff. ST P=4.0 16 25 S-8 Same as above,with calcareous deposits, brown, hard. ST P=4.5+ 16 Same as above. 30 S-g N ss 0 35 S 10 N=29 15 LEAN CLAY WITH SAND, brown, moist,very stiff. c? uI ————— ———— ———— -- -- -- ------------------------------ ° SS a 40 S-11 N=29 15 SILTY SAND,with clay seam,with calcareous deposits, �? brown, moist, medium. a' N . z ss LEAN CLAY WITH SAND, brown, dry, hard. la�U—— T& S-12 ----------- N 45 ILTY AND, brown, dry, very dense. cD Boring terminated at a depth of 45 feet. 0 Er o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.85799 W 97.62585 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-S SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r ,y Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/16/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers/Mud Rotary at 12.5 feet LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z w w z g in J H F LCID LLL O J H } O O `�`C7 U U t� ~L N m Z 0 (n(n U)() K 0 W (n z (n co 0 O a o 0 0 Ln o a ii r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM 00 SS N=16 9 37 14 23 64 8_1 FILL:SANDY LEAN CLAY(CL), brown, dry,very stiff. 00 00- SS ----- ---- ---- -- -- -- ------------------------------ 5 S-2 N=9 2 13 FILL:SILTY SAND, brown, dry, loose. 00 00 SS N=10 5 s-3 Same as above,with a clay layer, medium. 00 00 00- ss 10 S-4 N=7 5 Same as above, loose. ----- ---- ---- -- -- -- ------------------------------ SS N=24 3 NP NP NP 5 s-5 FILL: POORLY GRADED SAND WITH SILT(SP-SM), brown, ----- ---- ---- -- -- -- dry, medium. SS N=35 12 15 S-6 FILL:SILTY CLAYEY SAND, brown, moist, dense. ----- ---- ---- -- -- -- ------------------------------ 20 SSSS N=16 14 CLAYEY SAND, brown, moist,very stiff. ST P=4.5+ 15 110 4.9 25 S_g Same as above, hard. ----- ---- ---- -- -- -- ------------------------------ ST 30 S P=4.5+ 16 FAT CLAY WITH SAND, brown, moist, hard. N r Ss 0 35 S-10 N=28 16 Same as above, very stiff. c? Lull U ————— ———— ———— —— —— —— —————————————————————————————— SS a 40 S-11 N=26 14 SILTY CLAYEY SAND, brown, moist, medium. z . z. .. 0 SS N 45 S-12 N=43 15 Same as above, dense. cD Boring terminated at a depth of 45 feet. Er o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.85843 W 97.62525 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-7 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r ,y Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/16/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers/Mud Rotary at 15 feet LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z w w z g in J H F LL O J H } O O D F�LL� U U t� ~L N m Z 0 (n(n U)() K (� (n Z (n co 0 O a 2 o 0 0 Ln o a ii r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM SS N=17 11 8_1 FILL:SANDY LEAN CLAY,with gravel, brown, moist,very stiff. ST P=4.5+ 10 33 9 24 59 5 8_2 Same as above: gray and brown, hard. (CL) --------------------- ------- -------------------------------- ST P=4.5+ 16 51 13 38 69 S-3 FILL:SANDY FAT CLAY(CH), dark gray and brown, moist, ----- ---- ---- -- -- -- hard. ST P=4.5+ 16 110 6.7 r0 S_4 FILL: CLAYEY SAND, brown, moist, hard. ----- ---- ---- -- -- -- ------------------------------ SS N=56 4 15 S-5 FILL:SILTY SAND, brown, dry,very dense. SS N=72 10 15 S-6 Same as above, moist. ----- ---- ---- -- -- -- ------------------------------ SS 20 S-7 N=15 18 FAT CLAY WITH SAND, dark gray, moist, very stiff. ST P=4.5+ 17 25 S_g Same as above, brown, hard. ————— ———— ———— -- -- -- —————————————————————————————— ST P=4.5+ 16 45 16 29 63 30 S-9 SANDY LEAN CLAY(CL), brown, moist, hard. N r ST 0 35 S 10 P=4.5+ 15 Same as above,with calcareous deposits. c? Uj Wi ————— ———— ———— -- -- -- —————————————————————————————— SS a 40 S-11 N=35 10 SILTY CLAYEY SAND, brown, moist, dense. '. z. .. 0 SS M 45 S-12 N=36 10 SANDY LEAN CLAY,with calcareous deposits, brown, moist,ard N h . c� oring terminate at a depth o eet. Er o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.85893 W 97.62444 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-8 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r ,y Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/18/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w z g in J H F LL O J H } LL O O L�`C7 U U t� ~L N m Z 0 (n(n U)() K 0 (� (n Z (n co 0 O a 2 0 0 0 Ln o a ii r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST S-1 P=4.5+ 15 65 SANDY LEAN CLAY,dark gray, moist, hard. --------------------- ---- -- -------------------------------- ST P=4.5+ 13 52 14 38 5 8_2 FAT CLAY WITH SAND,gray and brown, moist, hard. ST P=4.5+ 15 64 15 49 80 S-3 Same as above, brown. (CH) ST 10 ST P=4.5+ 16 Same as above. ST S-5 P=4.5+ 14 72 Same as above. ST P=4.5+ 15 Same as above. 15 S-6 ------------------------------------------------------------- ST 20 S-7 P=2.25 16 55 SANDY LEAN CLAY, brown, moist,very stiff. ————— ———— ———— -- -- -- ------------------------------ ST P_4�—— --g-g z— — ———— —— —— -30- CLAYEY SAND, brown, dry,very stiff. 25 SS 30 s 9 N=24 6 SILTY SAND, brown, dry, medium. Boring terminated at a depth of 30 feet. N r N r LU WI 0 a 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.85947 W 97.62384 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-9 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/18/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers LIMITS x w GROUNDWATER INFORMATION: Z wLu Q > Groundwater(GW)was not encountered during drilling. Of ? W w in GW and caved at 28.5 upon completion. Z g J H F LL O J H } LL O O D F W LL C7 U U t� ~L N m Z 0 (n(n U)(n K (� (n Z (n co 0 O 3 <n') > > Q ¢ w0 0Z - Z a 2 0 0 0 Ln o a a r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST P=2.25 25 S-1 FAT CLAY WITH SAND, dark gray, moist, very stiff. ST P=4.5+ 18 66 15 51 77 5 S_2 Same as above. (CH) ST P=4.5+ 17 S-3 Same as above, gray and brown. ST P=4.5+ 16 62 17 45 80 r0 S_4 Same as above, brown. (CH) ST S-5 P=4.5+ 18 Same as above. ————— ———— ———— -- -- -- ------------------------------ ST P=4.5+ 14 47 13 34 59 15 S-6 SANDY LEAN CLAY(CL), brown, moist, hard. ST 20 S-7 P=4.5+ 15 Same as above,with calcareous deposits. ss -U--- -2 25 CLAYEY SAND,with calcareous deposits, brown, dry, very stiff. SS N=27 12 30 S_g SILTY SAND, brown, moist, medium. Boring terminated at a depth of 30 feet. N r N r Uj WI 0 a Cn 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.86001 W 97.62306 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-10 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/18/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers/Mud Rotary at 15 feet LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w z g in J H F LL O J H } LL O O L�`C7 U U t� ~L N m Z 0 (n(n U)() K 0 (� (n Z (n co 0 O a 2 0 0 0 Ln o a ii r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST P=2.5 20 56 16 40 73 S-1 FAT CLAY WITH SAND(CH), dark gray, moist, very stiff. ST 5 S-2 P=4.5+ 15 Same as above, gray and brown, hard. ST P=4.5+ 16 65 16 49 78 S-3 Same as above, brown. (CH) ST 10 ST P=4 5+ 17 Same as above. ST P=4.5+ 15 52 14 38 85 S-5 Same as above. (CH) ————— ———— ———— -- -- -- ------------------------------ ST P=4.5+ 16 112 5.8 15 S-6 SANDY LEAN CLAY, brown, moist, hard. ST P=4.5+ 15 108 3.8 20 S_7 Same as above,very stiff. ————— ———— ———— -- -- -- ------------------------------ SS N=31 5 30 11 19 31 25 S_g CLAYEY SAND, brown, dry, hard. (SC) SS N=28 17 30 S_g Same as above, moist. Boring terminated at a depth of 30 feet. N r N r LU WI 0 a 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.86036 W 97.62181 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-1 1 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/18/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w z g in J H F LL O J H } LL O O L�`C7 U U t� ~L N m Z 0 (n(n U)() K 0 (� (n Z (n co 0 O a 2 0 0 0 Ln o a ii r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST P=4.5+ 12 54 18 36 79 8-1 FAT CLAY WITH SAND(CH), dark gray, moist, hard. ST 5 S-2 P=4.5+ 16 Same as above, gray and brown. ST P=4.5+ 17 63 16 47 81 S-3 Same as above, brown. (CH) ST 10 ST P=4.5+ 18 Same as above. ST S-5 P=4.5+ 18 Same as above. ST P=4.0 22 15 S-6 Same as above. ------------------------------------------------------------- ST 20 S-7 P=4.5+ 14 LEAN CLAY WITH SAND, brown, moist, hard. ————— ———— ———— -- -- -- —————————————————————————————— SS 25 S 8 N=28 —— 10——— ———— —— —— 33 CLAYEY SAND, brown, moist,very stiff. ss 30 S-9 N=24 4 15 SILTY SAND, brown, dry, medium. Boring terminated at a depth of 30 feet. N r N r LU WI 0 a 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by On Point Geophysical LLC,at GPS coordinates p N 27.86048 W 97.62109 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-12 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/15/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w J } n L HF O O L�`CO m z (n � Q (� (� z (� w 0 O �U)(nz > > Q ¢ w 0 � Z - z a o o Cn o a 0- z D SURFACE ELEVATION: N/A u ° o ai ai z a�0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST P=4.5+ 14 51 19 32 78 FAT CLAY WITH SAND(CH), dark gray, moist, hard S-1 ST P=4.5+ 16 Same as above, gray and brown. S-2 5 S 3 P=4.5+ 16 Same as above, brown. ST P=4.5+ 16 50 18 32 77 Same as above. (CH) S-4 ————— ———— ———— -- -- -- ------------------------------ ST P=4.5+ 16 112 8.7 LEAN CLAY WITH SAND, brown, moist, hard. S-5 10 ST P=4.5+ 25 Same as above. S-6 ST P=4.5+ 26 Same as above. S-7 ST P=4.5+ 20 105 3.2 15 S-8 Same as above, very stiff. ST S-9 P=4.5+ 14 20 Same as above, hard. ST P=4.5+ S-10 ————— ———— ———— 25 ST 5 18 SILTY SAND, brown, dry. ss 30 S-11 N=45 5 Same as above, dense. Boring terminated at a depth of 30 feet. N r N r LU WI 0 a 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by Alpha Testing LLC.at GPS coordinates p N 27.86053 W 97.62076 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-13 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/15/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w J } n LL HFLL O O L�`CO m z (n � Q (� (� z (� w 0 O �U)(nz > > Q ¢ w 0 � Z - z a o o Cn o a 0- z D SURFACE ELEVATION: N/A u ° o ai ai z a�0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST P=4.5+ 18 LEAN CLAY WITH SAND, gray, moist, hard. S-1 ST s-2 P=4.5+ 21 Same as above, brown. ----- ---- ---- -- -- -- ------------------------------ 5 S 3 P=4.5+ 17 48 17 31 62 SANDY LEAN CLAY(CL), brown, moist, hard ST S-4 P=4.5+ 17 Same as above. ST P=4.5+ 19 Same as above. S-5 10 ST P=4.5+ 13 38 16 22 52 Same as above. (CL) S-6 ST P=4.5+ 13 Same as above. S-7 ----- ---- ---- -- -- -- ------------------------------ 15 S 8 P=4.5+ 14 112 3.6 40 CLAYEY SAND, brown, moist,very stiff. ————— ———— ———— -- -- -- ------------------------------ ST S-9 P=4.5+ 13 52 SANDY LEAN CLAY, brown, moist, hard. 20 SS 25 S-10 N=64 9 25 SILTY SAND, brown, dry, very dense. SS 30 S-11 N-72 9 Same as above. Boring terminated at a depth of 30 feet. N r N r LU WI 0 a 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by Alpha Testing LLC.at GPS coordinates p N 27.86060 W 97.62026 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-14 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/16/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w J } n L HF O O L�`CO m z (n � Q (� (� z (� w O O �U)(nz > > Q ¢ w 0 � Z - z a o o Cn o a 0- z D SURFACE ELEVATION: N/A u ° o ai ai z a�0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST P=2.0 17 32 13 19 53 SANDY LEAN CLAY(CL), brown, moist, stiff. S-1 ST P=4.5+ 12 27 13 14 50 Same as above, hard. (CL) S-2 5 S 3 P=4.5+ 6 Same as above, dry. ST P=4.5+ 9 Same as above. S-4 ST P=4.5+ 12 Same as above, moist. S-5 10 SS ————— ———— ———— -- -- -- —————————————————————————————— s-6 N=44 8 45 CLAYEY SAND,with calcareous deposits, brown, dry, hard. SS N=48 10 S-7 Same as above, moist. ss 15 S-8 N=28 6 39 Same as above, dry, very stiff. ————— ———— ———— -- -- -- ------------------------------ SS 20 S-9 N=39 4 SILTY SAND, brown, dry, dense. Ss 25 S-10 N=46 3 Same as above. SS 30 s-11 N—78/9 8 SILTY CLAYEY SAND, brown, dry,very dense. Boring terminated at a depth of 30 feet. N r N r LU WI 0 a 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by Alpha Testing LLC.at GPS coordinates p N 27.86077 W 97.61847 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-15 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/16/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w J } n L HF O O L�`CO m z (n � Q (� (� z (� w 0 O �U)(nz > > Q ¢ w 0 � Z - z a o o Cn ° a 0- z D SURFACE ELEVATION: N/A ° o ai uai z a LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST S-1 P=4.5+ 16 22 16 6 35 SILTY CLAYEY SAND(SC-SM), dark gray, moist, hard. ST S-2 P=4.5+ 21 CLAYEY SAND,dark gray, moist, hard. 5 S 3 P=4.5+ 7 32 14 18 35 Same as above, gray and brown, dry. (SC) ST P=4.5+ 10 Same as above, brown, moist. S-4 ST S-5 P=4.5+ 16 Same as above. 10 SS S-6 N=52 11 48 Same as above. SS N=58 13 S-7 Same as above. SS N=36 7 40 15 S-8 Same as above. ---------------------- ---- -- -------------------------------- SS 20 s-9X N=72 6 SILTY SAND, brown, dry, very dense. SS 25 S-10 N=80/11" 7 Same as above. SS 30 S-11 N=50/5" 7 Same as above. Boring terminated at a depth of 30 feet. N r N r LU WI 0 a 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by Alpha Testing LLC.at GPS coordinates p N 27.86087 W 97.61747 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-16 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r ,y Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/16/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w z g in J H F LL O J H } LL O O D F W LL C7 U U t� ~L N m Z 0 (n(n U)() K (� (n Z (n co 0 0 a 2 0 0 0 Ln o a ii r D 2 � z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST P= 1.5 13 26 11 15 50 FILL:SANDY LEAN CLAY(CL), brown, moist, stiff. 00 S-1 00 ST P=2.0 12 Same as above. S-2 00 ----- ---- ---- -- -- -- ------------------------------ 5 s 3 P=2.5 6 24 12 12 39 FILL: CLAYEY SAND(SC), brown, dry,very stiff. 00 ST P=4.5 8 Same as above, brown, hard. S-4 ----- ---- ---- -- -- -- ------------------------------ sT 10 S-5 P=4.5 7 24 13 11 40 CLAYEY SAND(SC), dark gray, dry, hard. ST P=3.0 10 Same as above, brown, moist,very stiff. S-6 --------------------- ---- -- -------------------------------- ST P=2.0 12 SILTY CLAYEY SAND, brown, moist, stiff. S-7 ST 15 S-8 P= 1.0 10 Same as above. ST S-9 P=4.5 22 Same as above, hard. 20 ST 25 S-10 P=3.0 15 40 Same as above,very stiff. ————— ———— ———— -- -- -- —————————————————————————————— ss 30 S-11 N=30 16 SILTY SAND, brown, moist, dense. Boring terminated at a depth of 30 feet. N r N r Uj WI 0 a U) 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by Alpha Testing LLC.at GPS coordinates p N 27.86091 W 97.61676 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-17 SHEET 1 of 1 C. CLIENT: City of Corpus Christi tEP+ s rer Rock Engineering and Testing Labratory, LLC. PROJECT: O.N. Stevens WTP Concrete Perimeter Wall Corp Leopard Street LOCATION: Corpus Christi, Texas Corpus Christi,Texas 78409 p °Or"r Telephone: (361)-883-4555 NUMBER: G123180 Fax: A UES Company DATE(S) DRILLED: 5/16/2023 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Augers LIMITS x w GROUNDWATER INFORMATION: z wQ > Groundwater was not encountered during drilling. Of z W w J } n L HF O O L�`CO m z (n � Q (� (� z (� w O O �U)(nz > > Q ¢ w 0 � Z - z a o o Cn o a 0- z D SURFACE ELEVATION: N/A u ° o ai ai z a�0 LL PL PI o ° ° ° DESCRIPTION OF STRATUM ST S-1 P=4.5 16 CLAYEY SAND, brown, moist, hard. ST P=3.0 14 25 15 10 32 Same as above,very stiff. (SC) S-2 5 S 3 P=4.5+ 7 27 13 14 105 4.5 31 Same as above, brown, dry, hard. (SC) ST S-4 P=4.5+ 5 Same as above. ST S-5 P=4.5+ 5 Same as above, dry. 10 ST P= 1.0 S-6 ----- 5--- ---- -- -- 19 SILTYSAND, brown, dry, medium. ST ------------------------------ Ss N=12 10 18 S-7 Same as above, medium. SS N=17 7 Same as above. 15 S-8 SS 20 s-9 X N=73 6 Same as above,very dense. ss 25 S-10 N=44 4 Same as above, dense. SS 30 S_11 N=37 5 Same as above. Boring terminated at a depth of 30 feet. N r N r LU WI 0 a 0 M N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Qe- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by Alpha Testing LLC.at GPS coordinates p N 27.86050 W 97.61671 0 P- POCKET PENETROMETER RESISTANCE 0 J Rock Engineering&Testing Laboratory 6817 Leopard Street -.� Corpus Christi,TX 78409 Engineering& Telephone: 361-883-4555 '•.•�+• Testing Laboratory, LLC. KEY TO SOIL CLASSIFICATION AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM TERMS CHARACTERIZING SOIL MAJOR DIVISIONS SYMBOL NAME STRUCTURE GW a . Well Graded Gravels or Gravel-Sand mixtures,little SLICKENSIDED-having inclined planes of weakness or no fines that are slick and glossy in appearance GRAVEL GP ° Poorly Graded Gravels or Gravel-Sand mixtures,little FISSURED-containing shrinkage cracks,frequently AND o p or no fines filled with fine sand or silt;usually more or less GRAVELLY vertical SOILS GM o Silty Gravels, Gravel-Sand-Silt mixtures LAMINATED(VARVED)-composed of thin layers of varying color and texture,usually grading from sand COARSE GC Clayey Gravels,Gravel-Sand-Clay Mixtures or silt at the bottom to clay at the top GRAINED CRUMBLY-cohesive soils which break into small SOILS SW Well Graded Sands or Gravelly Sands,little or no blocks or crumbs on drying 00000000fines CALCAREOUS-containing appreciable quantities of Poorly Graded Sands or Gravelly Sands,little or no calcium carbonate,generally nodular SAND SP fines AND WELL GRADED-having wide range in grain sizes SANDY and substantial amounts of all intermediate particle SOILS SM Silty Sands,Sand-Silt Mixtures sizes POORLY GRADED-predominantly of one grain size SC Clayey Sands,Sand-Clay mixtures uniformly graded)or having a range of sizes with some intermediate size missing(gap or skip graded) ML Inorganic Silts and very fine Sands, Rock Flour,Silty or Clayey fine Sands or Clayey Silts SILTS SYMBOLS FOR TEST DATA AND Inorganic Clays of low to medium plasticity,Gravelly CLAYS CL Clays,Sandy Clays,Silty Clays,Lean Clays LL<50 _ �Z — Groundwater Level (Initial Reading) OL — Organic Silts and Organic Silt-Clays of low plasticity i — Groundwater Level JH Inorganic Silts,Micaceous or Diatomaceous fine (Final Reading) Sandy or Silty soils, Elastic Silts ' SILTS — Shelby Tube Sample AND CLAYS Inorganic Clays of high plasticity, Fat Clays LL>50 ® — SPT Samples Organic Clays of medium to high plasticity,Organic Silts m — Auger Sample Limestone n — Rock Core NON x x x m — USCS x x x Marl/Claystone Texas Cone Penetrometer MATERIALS x x x — Grab Sample Sandstone TERMS DESCRIBING CONSISTENCY OF SOIL COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE NO.BLOWS/FT. DESCRIPTIVE NO.BLOWS/FT. UNCONFINED STANDARD PEN. STANDARD PEN. COMPRESSION TERM TEST TERM TEST TONS PER SQ.FT. Very Loose 0-4 Very Soft <2 <0.25 Loose 4-10 Soft 2-4 0.25-0.50 Medium 10-30 Firm 4-8 0.50- 1.00 Dense 30-50 Stiff 8-15 1.00-2.00 Very Dense over 50 Very Stiff 15-30 2.00-4.00 Hard over 30 over 4.00 Field Classification for"Consistency"of Fine Grained Soils is determined with a 0.25"diameter penetrometer saowag 6uuaaui6u��0 3ua w3�oda❑ 133HS 31111(INH 133HS H3AO0 IIS18HD Sndaoo do ,lllo Lo cr- L 3SVNd•30N3d 313tl3NOO AlItlO03S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N £A 15133H5 3BIA3tl A3 SLOZ/BL/B ltl N O Z Z Z N Z T. ZUo JLLI W Q o�w _ oss � € d Q aacn ui 8y P Z IL oos1I oo _�o.... o Foaaso �« y W omm�M J sssss 99� oc 2 W =� ==5000 -Izz ��„„ sssss ww LL wwwww �a� a�aa�aaaa�aa€ � wwwww ssagN„ y LL "�€00000 ��ss sssssssssssa& w<......_........ W {u f sssss =333o wwwwwwwwwwww5 �pM. sm. �sssssssssp s Z o s .�a � �p Sa - O 3 gas �j H W z e LL F y ,'+ u V Z W OW °°j1,31, p =am m Q� W O ��a 3�0bwe V j xyy 1 p U d r & Min aLLJ 4 0 Z Z CD Zd G W � 0 f 6 f FWNLLJ tvrm ® o Q cc V a LLW W W'G �� Mono.o... d Z NV 2 Q "°H3nnLy W Z Po3 Pl?'�R sB w O Z V) m„a. 0 ®® Z i w wd .mmo� O N7Z 'o o a r �� saowag 6uuaaui6u��0 3ua w3�oda❑ 133HS(IN3031 IVOldill IIS18HD Sndaoo do ,lllo Lnm — — Q L 3SVNd•30N3d 313M3N00 A11M003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N o g 0 Fr, Lu w � 6 30 _w u" Qo � o' o=-j m z ��f o zF o , n 1 ew 3 - - o Wa 3-o a o Lu �oY } o ;A�� O o wao 5= E Jza 6 aka=sm 3 o o o z.z m a =__ �� fJGow� " `- yM w 8w Goc„ � W fl< a o - -§Q so z x M sw Iz a o xsz. a d a o zoo �b 9128 8�5 �5 :_ _ �z oo 88 8888a mmm mmmm�G�G� kk�Q §�� U) Z _ w o ���� 3 � __. _�� o eo eaaaaa�� a ..'W.G� ����wa��� ��Ep� »> >Y z w em w Q a s a = S. c� € a o z _ _ w _ � a as a6z s o G , m ' goGGGoz �z sw H < w= o a 8 _ 8:u ��'V�V�m'a�-o' �ow8' w v 6o�mk'm „dm„ s= m = R 3 3 mg ado 9 ��� w =�= G� b�� 3 �w= '11' waGs md - ? M O 0 ® 3 X ® ® © ® �< mmm ��a Ug w00000 G ROT � a 'a m 8 0 ��r30 $88 b om 3wwwS 3 LLEE�Ft 99 R. ii � __ - ' O Q m U 0 w II U = n = z z rc E w t I.E 9CD 2 o w o r J gg`a � Vm g sR G$ d E m z=o w s s W !n n AV D a " \\ s w N aw II I w d Li 8 d a 8� a 8 p x z G Q o J LU a JgWy�� 6u =wbb w w o _ o p o o a 5 m 3 0 8 0 8 m z m saowag 6uuaaui6u� �0 3ua w�,odaQ S310NIVU3NEID v?lsnow ilsibkD sndboi ja Aiij ccLn — - L 3SVNd•30N3d 313tlON00 AlIN003SAl/ � 1NVld 1N36Y1V3tl1 H31VM SN3A31S'N'O N ����//// '9L-BI S3LON 1Jtl3N3B 351A3tl A3 SLOZ/BL/B ltl N r O C5 Z Z z N LL �=N Z W Q W m F W �F S LU ¢¢cn § w p �No n 3 =�°u°i„ wY ° gw.. 9 b z og„ 5s ��waa 8 �o w O ¢ 9 x �= =5 � w w 4 m Z Cw SBB'"w8 o E'o o il �s o oYoa o e= w w MIX, cf) = O2 w „ O o w, W N'a�§az LT ° r� E �'� Q U w 'a �€ Z Oo g v" s ~Z LY i o =a wok n g$ ¢ g a $ �€ Z Sa o H t. w w z'e�', p $'se �� a € mow€" G; � w oY X Y wew 59= a8�` € L) s a= w a °�s �€ �o �v ° �= w yw o w ep ¢o T �aea� €mo < m ao °F o € 3ng ° o LL Z sGyw B.. oY o $� ; w $� Z H O bw� r< o Eo „ s ¢w c7 asp" ' a ww = -w of z Fw a ° v w n= c> n € = Ng € w w 8N� �e �; " p Fo o Z o m3 a E $ U Cc¢❑ ����`�� €Gw w €8 we ¢ $ N U kmdp� €84 �p aw a LL a � w a< t9 taw c� = sB J =gip = eats A_ $a A- you zi U E an�ap€N s w a d _° g} e-= a a cn z a' €a= Fg an �W � °€ w �o w m" 3 mew o sip s =tea € a ° "�= a a n w Je o z o ens € n n �< w s' v n�oe°wer akmw p sa 30 °_ s �� ' oo w sw�§= � _ � HEa ale s F. §fie . �s�ss=sau w w ° ws " s° SepI s J. � ° RN �� °s�aa °<'o$'b N e PER 'a te Ogg p w "b 2-w-2 w�° w= s € a �w3 g -g £� ` mw $ 9 = pro pro = 9�_ = 9. = �� o w w s =�sa e=s p $ o Ia",$ w e� w€�' RE =w� „ s ° s n y� N= wa $ �° pp - s ° o �$z_ F 6° _ �° G = k8= °w cn g3 s ° H =a' €bep „ s ° oasm�w =- < wo €§w°` `w = g l 'Ni N 'z ow gw � $=ep '�Pawk s e$e $°w w=$ $ _£' s£ �w€ s g w€= s o _ oa N N .2 w g goo ao" g 2z � " p= - ° w� -� a Apo °n -� o po° =wwmo �_ °"w �_ £ F " =a z sa= 3 ° z §"w° w �<e� a a� _ w=Q=€ e� "�§w� € W ��o w = o w w§� � € no= �sw<w s s o �� szsw € p� w� �� ¢ §E o�===n a oso €w �< z <<°y=y' $ n8 „9 �u VIC= ° �g� i � €�o- dam 8a � �" �=p w sw 2w 8po o 9y m w wis' w wF wnw z =° xo���e= ¢ a 'ss �= a j° a _ s -a s ° s �w�sw °€€ w € o x ;�a6 - w _= o - s W�= =aww ° o o °"� �ww w awl oe o w = wl° �x w € w o =�€a p n$°&€ gjg,€ n S. aoP z =� ��� w �==p� Y=gg la „� � w °ua=� oo " p m s�oeB. _€ ew o €gg p£o� §$ a €g am aw e o g w w �e s° z �m_°'os =§ E ° tl� kawo° " g tg �opwb @� " W 8 Y woad w �8 "B�&3 § 9,w aoi" ss-�� 6 d,ob �A'° a �N�� F €F ° egtfF a= w '=s" § w° �wE so d we m oar a w $ ��~=€w 8"F sus °� �€ %w ��Vj a€a so=p ua - � w o N F "b=e $ $° mw w w a s° �°gym wa `s 3� w= Ste= �� " b �'" ;w°=°w°g w=a° € w° s w e� - a e" ;es �=a � � a o Sao"m�z=n G €FSn " _ 3_ " m g �_@ n � g==ew�p � =az �� a G�€�G� : j,==p' o-a O �E! �=�o= � a a = a� F5u� w�� mg o s 0-0 �e =m _ � o o o„= a�g gwj „e w�° s §tla w �yia wy= woo � o��� smn$ $ ° p o& a a ��� �� =a'w Kpw dM wu� no 39 a �a < m yam a �o € rg b ".w bBQa w a E o �d3 ab; " b � Fnoo b �o � � iE�J ' �s ow $"6- w p' =0ww al lF= o a° e€ ° �e€� � ° SFS $� � na�e.8 °n& o�w �o� � � ss�� �" jw o ��o<Ew _ aq _ IA N ' =L '� t3 `_ _ _ P. `2 �€j Uz-d z° N �'.. =8aw5w"°"° _°�==°k ° „� a=o $ ��� '@ �gg a"a b y � s� eo �h �o - gy m a $ �x s=��� ty� Q �°2 g 8 x 83 Es Bop € �' '° ao 8 �x °Q" & q�� w. 8= 8�° gad e8oa 9 =8opd�8J8a " �- � HQRBe SH8 �"°S 89 3 WIW zo8� 8a 3 2 B 8 SCR$ 69. Sofia � 4 R8s oG, � $e eot�ow.:�t_� 8?lWwF 8H :�Ks tS d 32UM0 � na „ � ma _ _ w " . „ � " " saowag 6uuaaui6u��0 3uaw3�oda❑ Wd lOalNOD 1D3f'Odd-nH113AO z � IIS18HD Sndaoo do ,lllo �� Lo W s Al/ L 3SVNd•30N3d 313M3N00 A11M003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N -----------� t; i w � — e.. Z 5 a p W ✓ / Q d \ zw e—sbe�e 8 8 AD x No 1 o 4G� saowag 6uuaaui6u��0 3uaw3�oda❑ 05+8 Ol 00+0 V1S SVX31 NH-ld NOIlIIOA34 ONH SNO111ON00`JNIlSIX3 O IIS18HD Sndaoo d� lllo �� Lo W s /��,,/ __ o L 3SVNd•30N3d 313M3N00 A11M003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N o Eg�s�w 90 13311S 33S 04+8 V1S 3NIlHOIV04 II IIII gl I at�ow$�o 'I ' �I i II II II m II II IIIII I Bonn€��� I,�I 'I II li I I I I I Ii I Ii a o2 II I aLLp��� III � I �I II IIIII � 5�0 .E��= was II IIII I I LEOPARD ST eeao�a8 ii i �iIIIII +� _i _ g11I ---ooe----------- ova - -IIIIII �� � ---_---� ��' n�os ® ---x— z� , I , II IIII - J "'✓ owe l--��___ -- O w � 1 1 1 rt III II I I II II I II I I IIIIiIIIII a O i � IIIII � 111 � II � d w mo.` I i�i I I I I II I II l � � z o I IrI I 11 11 II I � 111 I I I z �wI IIr111 II I i II IIII O - �� p ' J d I 0 O O li li� i% i 1 i 1 � w I I I I I I I'� i IIII II II II Ii 'I Ii o �' III i irlli'�i _ z 'I, IIIIIIII Ii11iIIIIIIi z z� Cw o1111 z + I � 1111 I I e i111 oM _ 'ImIII ow �� i o v 1 IIIII III o - IIII 11 o F - w i mIIl1 IIII z N IIII IIIIIIIII111 z N i _ a III 00z o 002 f 1 O F - _ I I 11 0 w I Iii11 � 111 ill �+ �� _ _ Ii i IIII � 11 � 1 � 1 z o F�§ K Q Q �� - I Iz �� Xw�F X F I� I I w I I I I wcn �f� _ I III _ � II IIII I I� I II �_ � I I I e I� r3 w1i1111i1Ii - Ii1 I _ I I -w � Igl IIII w � i m w IIII � mll II III I _ -gig �11 I I 11 II I II II IIII J _ � 111j1 - Io I III IIIII Iil1 IIIil1 Ii1 11 II �a III o m 'I III 11 Illil IIIIII - I Ilililll it I ��� ililli �Illllllo.11 II� Iilllo 1111111 � IIIIII III � ��i i1lli IIIIII I II z; I I� IIIIII II ��'ir Illililill111 I Ii II � 1111 �i�i � iii �lillli i IIII I Ililoljll �I I i1i � - `iiI IIIImIIil � rlll�l �= I �i � illllillllll � II I III � IlIw1 - - o1il IIIII IIIII IIi1 I I I I � III II � III I I r Ii IIII I a � I � III I I I e I IIIII Ilium � � � og i1i I IIIIII � IiI - I I I Ii11� Ilil� 111 � ii° � iilili �ill ; 1 `�' IIIIIIII III II I, II w „ I IIIII III 21 IIIII1111 II IIII IIIIII � 111 � I11 I I I I I I I II I I i Ii1 'IIiIIlllill1i111 I I ���1,� IIIIiIII� lI1 Io I IIIII I� 11 I i Ili 'ill � li� 11� 11 , I� I IIIIII1j111111 I Ilil� lli111ollllli - I=� 1 ill11i1II11 ' i11 I - 'd I I� � il� l� llll111 IIIIII - r�i � 11111111�°I iI � 111 III11 i 11 I� I � ii � i IIIIIII MATCHLINE STA 3+50 SEE THIS SHEET saowag 6uuaaui6u��0 3uaw3�oda❑ ..,.,� 05+8 4 Ol 05+8 V1S LO Wd N0W10A30 4NV SN0UIGN0O ONUSIX3 O IIS18HD Sndaoo dO ADDLo =O W Al/ L 3SVNd•30N3d 313MON00 AlIM003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N o 89 'oF-�g8ow 133HS SIH1 33S =tSp =r��� LO 133HS 33S OS+£l V1S 3NIIHOM 08+81 V.S 3NnHOlVW «< i1I �r fi s� %pi. 7«< ------ �I« I I IIIIII ��m���w� --- IIIIIIII IIIII " w � —�� ���� -- _�� — _ _�_�•_ - I IIII oow8za i-- � I II IIIIII b°= - I �11 11 Zi_ IIIII 2E3 goad 5�yk�=S III Il os-- I �e-- I oho@�=� w € - IrIx IIII . .LL ."_ I I I I I I o ICI rlilili li I II I II ����" � IIII I I I I ml I III III I I I I I ee��€.tea== I I I l o l � s I� �, I II� I� I� I� IIIIIIII ��� ��'I Ilmllli � �2 k IIII I o1 — II I I I II III IIII III IIIIIIII ICI I / I IIII I 11 IIIII _ II�Ij1 III IIm1111111 - - II IIII II � I! I w - I IiIi III Illjll �I iol 111 II Il II IIIIIII _ II x 11 I11 � 1 I Iil �l lily IIIII III IIiIIm1 IIIII z il1 Illl llljll z I I 5 5 I I I IIIII "11 1 a t o IiI I I II I w a li II II II IIIIIIlI111 z �Im IIIIIII I I z IIIII I11�11 11 � O III IIII Illlll O I Im1111 F Idl IIII IIIIIIII � I�x III III J III IIII IIIIII 0 II IIIIIII O IIIIII IIII IIIIII IIIII IIIIIII IIi�.Ill11 w w II IIIIII � I � IIII IIIIIII ❑ li Ilil11 III I I ❑ ,�11 li IIIII ❑ � I IIIIIIIIIII ❑ I I I I Il I, 111 I I I I I z 1 1 11 IIIII 1 1 1 + s� IIII Z + w r O� I l i I 111 I I I I I O o� 1111 w Illll �¢ HN � HH 1 1 ❑� -m 1 ❑U) _y l j j 11 0 0 O P- - Ir III o, w I 11111 I � .� ¢ r l 0 1 1 1 1 1 1 rn �p rn - d ICI ¢ HH ¢ ¢ HH o uS a ❑o1 w li l uS a J Ill IIII IIIIII W I II IIIIIII I IIII IIIIIII111 Ir Iollll II IIII II � a I I I I I II II I II2II II II II I I I I I III IIIIII Illli Ili it lolll IIIIII 12 12 III 1111 IIIII ,III II of IIII II - =I m111 I11111111 � �< IIII II 11 jl IIII II I I I '"< < III IIIIII _ IIII IIII IIIIII IIIIx IIIIIIII II II III III IIII II II 11 � IIIIIIIIIII �� IIII I " II IIIIII I IIIII Il "� I IIII IIII I III IIIIIIII w ICI II I IIIIIIII III I llml IIII I I � I Ii� I��S� II IIIIIII li I � ��slllll111111 to== I I I I I I I;- Il II IIIII II 11 I I �- � II I I II I III I I " I � � I�V� III I 11 Ir1 l� II I II -- I I I -�gIllllllll I I I I I I I w I I I I Ill� i IIIIII IIIIIIIIIII a IIII IIIIo111 I - I < <x II IIIII 11g1 i Iililiilll II Ilil IIIII � IIIII IIIllllillli II II II IIIIIII II _ I IIIllmllllli III I IIII li I �I` II IIIIIII w 11 lio � I� i1111oI IIII it IIIIIIII i � IIII Iml ' II - I � I III lid IIIIII " I w Ir II Ixlllll - - IIIII1111 _ ICI 111111j11111 - ¢I; ; i11i1111 I � IIIIIIIIwili � IIII I IIIIIII o l l l II I III III � III Ili a I II l I I I I I ll o' a III �.1 IIIIIIII _� IIIII .. II IIII II IId - II III Illlll I II - 1�1` I IIII - 11 Ilil I loll •�I II �I � II11111 w III fill III INII I I 11 I I� ill II I Ilgll III I I �I IiI I I I I I II I i Il Il 11 11 Il I I I I I IIII IIII - �� ,� IIII II I Il II II I _ I � i III I I II I II I I I 111 I I I I II I I I III I I I I I I I r III o l I % IIIII III 11 III IIIIIIII Im I� 11 11 IIII Iollll Il ill � 111111 Illlllll I r I I 11 I I I I I I I I I MATCHLINE STA 8+50 MATCHLINE STA 13+50 SEE SHEET C5 SEE THIS SHEET saowag 6uuaaui6u��0 3uaw3�oda❑ 00+9Z 0105+9 G V1S sVX31 NH-ld NOIIIIOA34 ONH SNOIIIGNOO ONIISIX3 O IIS18HD sndaoo d� lllo �� Ln /��,,/ L 3SVNd•30N3d 313M3N00 A11M003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N o .E�B�so 133HS SIHI 33S o�E� ` 8O L33HS 33S gyp: -—_ _ OO+9Z V1S 3NI IHOIVW 09+£Z V1S 3NIlH01VYV �ng�W� i— 1 -bb$-T - \ - - o owo�ow a �o� z. zg- 1 - _ 86w. -...1.8 \ I I � � a a e - o ra 0 - �� 0 ml w LU LU OH W _ y'1 ,� W o -�� 1 ❑ o - P �;V ❑ - 1 1 ❑ I - 1 ❑ - � �� -y oV)OHP o� � �= 0� z 0� p o p o w Z+ S f f N w �I 11 W N W U) H (n jv\ N c �0 0 s c� �� �✓ 1 a I `t a`P HP� /ii oHcm uswa / Yi/ - 36 a�o �H ° MATCHLINE STA 18+50 SEE SHEET C6 saowag 6uuaaui6u��0 3uaw3�oda❑ 09+6E Ol 00+8Z V1S � �p SVX31 l N0111101A34 ONV SNOI110N00 ON11SIX3 O S"s vanm IIS18HD Sndaoo dO lllo �� Lo co W /��,,/ N3d o 3SVNd•30 313MON00 Anil Ill1N3W1tl3M1 M31VM SN3A31S'N'O N o 89 133HS SIH1 33S oEgBow 09+4£ V1S 3NIlH01VW :tSpw=-�a�� 60 133HS 33S -- lH017 7VW-� 09+6£ V1S 3NI«« i� ,««« oho 17 I I v v II vvr I i5 w '� II o it i - w�­ �E II II II II I�E.`2 �ao� vI Iv �Y v b��o�oS F� - E I II 11 II I o l i � I� a I�1 \� � a I I �I w�8 r I I - " \ I I I I v11 I I II Ir YI � I ="n �08 I I I II I - II II i I I I j l l xl 1 1 1 P ffi vw� III 1 II zvI w❑ 'IvIIIAz 4 I '�'>I1 Iv, �0 o p 1 ❑ ,- zgaLU w II Ia we 11 111 va i - ¢ _ _ - vI �1 v� li II �I �� '� ,� ❑ vI Zrn �{ M I II I I %�� �¢\o ❑fn�N� I� 1 I I of I I I I O Q w Z H N Q U I — - I I I a I �e I 1 I f I v I Z "� .. 1 ovI�a z+SrB I II II Ili i O 2 � C) + $a & I -og LU�n ~M " e ❑ �Q -w ill n^ ¢ w LUJx z III I � II - xo ;� dl' I II II III LO � I rn Ld a o� ` o v ✓ 1 I 1 III\ I l� � I X Y W \ \ 1 l \ \ \ \ III I � I rcl \ \ 0 I II I I I� v x� I v I r I I v ul oG� I I I j I 1 \ I I I I I \ MATCHLINE STA 28+00 MATCHLINE STA 34+50 SEE SHEET C7 SEE THIS SHEET saowag 6uuaaui6u��0 3uaw3�oda❑ ter., 4N3 Ol OS+6E V1S SVX31 NH-ld NOIlIIOW34 ONV SNOIlIGNOO ONIlSIX3 O IIS18HD Sndaoo dO ADD �� Lo W s Al/ __ o L 3SVNd•30N3d 313M3N00 A11M003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N o 89 �� p 133HS SIH1 33S 0++}4 M 3NI1HOIVH �9�wn LU - yL� �3 6 w=SbB w w r= �I W Q w B Q 2 \\_\ opt prcG Fh 3 _ao O�Yk� B L w) Eac,�'ompe'L� O o f o W \ \ C)- pa am = mow ❑ w 0 w o zHE O EEt Mn Erg adoway =c== i \ \ a z z t O O O LU 1 0- LU W - I� - p I e I I / z ❑ + � o f � -- e�n6 0 l ^�I I � I m I I [if ❑m w a - i �i z p zj , r z 02 O - /- OPg / , O� oII �i C) .. � O� .. X SS ux e w U) lily, / Z Iw` Ip �I m deo �� r `� �.Hg.O,00� I � c >a , - i? l 1 r3 z 3 w is advdo3l 0 I I MATCHUNE STA 39+50 SEE SHEET C8 saowag 6uuaaui6u��0 3uaw3�oda❑ Wd 31lS llVa3n0 IIS18HD Sndaoo do ,lllo Lo ofQ i cc L 3SVNd•30N3d 313M3N00 AlIM003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N 88 Y�� CP m Ljpo a O ppagn FF a� _ 3 N Ew s g" Rio Hoa= Al ��El 3 11 ,'�8�b ego Vw E2 MS I tL=U z d3�xox o �3 zw 8"_ ore -HE ll ��yN ors> m �: ' LO ;a2 ,mg31 q m»se9no(i \ es 7Am J 20 © : < : ! A� _ ` ® / - `� 127N21�% \\ \ \ � §■ �§ ) 2 E \ E / :§ \ E \ \/ J ® [§) z \ \ E) F_ ) )0 ! \0 ! LU \ U. co c ) § L 7:�7 7 20 ; - 6 a. ( /\/ saowag 6uuaaui6u��0 3uaw3�odaQ Wd 1Od1N00 NOIlV1N3W103S ONV NOISOd3 z O ilsibkD sndboi sa Aiij Lo a U 5 A = N L 3SVNd•30N3j 313M3N00 Anuno3S 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N zaw-aow----------- N Roo 1 n z9 tuaEU p _ z F Ip I �dn � E5 E!zgpn w w w ma _ 1 I i e O U -�� Z oB� 0 LU E� z ass_ LU m \ / / vy \ I �ti, J saowag 6uuaaui6u��0 3ua w3�oda❑ S310N NVId SVX31 NOI1N3A3Hd Nouni-lOd H31VM WHO1S I1SI21HS Sndbo� �a J11S eHosnaeoo�owo a Lo o= Cl) Ww s w L 3SVNd•3oN3j 3137j3N00 AlItlL1o3S � 1Ntlld 1N3W1tl3M1 M31tlM SN3A31S'N'O N z. -tt�Zm H� z�z O�OQO ON �H wrc J Om F inrc t< � ~ Fa�jQ�N z 0 zwY uaioF�� S�Qo w F �Uoz i oan-i-i w.wm p wm- (n _ aF <�yrcw� zw � 4Fzwz Q - r Z N a tt U z ro Q J Z x NJ�� ja�aF3a O O o w< C!f DO w < z Fw w a 0 < O W 6 3 > x K 6 Z 6 x U F6 z U ¢ �OWZzrU LLJ p i z 3 i vai o rc a OaLLLL�..,� W Z Q Z O z. F O F w z. E„ �Ao wj $ - YN 3 50 N ��F - �Qs H ua FCFi 3µw o Q a (n U� aww lw W w who d U oov3i 0� �� z z, o'a zF Z z U UU z Q� ��F oo O H O W z O Q �V1O OaNN .le� O SF`3 Q <F FNF d ??Ow�oQj�m~�O WOES odw w e�` N wz� < J z' m000 �m�w zz-w n'^u N awq ate- a N��� w���= o wast 0] rc�Uw Ywumaoso oz ao oo `^ Wb < kagqlI�V t -`rc---`<rcRwp.v.�vgl�v�c�i i'n w owg F7�, S z.IYr (n DO z d zo Z � O a C U b (n - W O p W (n Y G b g w F n F w P S G m z z Gi o _ < o N F 3 - G w 00 zo Z w O F w w O w O ce w N O Q saowag 6uuaaui6u��0 3uaw3�odaQ (OId3)S1N3WlIWWOO CINV S3f1SSI �� O SVX31 ' �e4 IIS18HD sndboo d Aiij SlIW»3d�V1N3WNObIAN3 l�31VM Wr�OlS W o _a V i7�1 IVY asieHOsnduoo ioo wo zLo »� ;o 5 _ S �� _ = w L 3SVNd•30N3�313MON00 AlIML103S 1NV ld 1N3W1V3M1 M31VM SN3A31S'N'O N op $ mY— sP 2 — 5 o vEd nWoQ =It Y o Al — oz €�«Q E o ElElQouE oENo = o o° o c 8-1 S En o 5 5 $Y o — mE zi E �3 c r ❑ ® �o ❑ - E - m E pF ' mmw all 3 c o E ❑ o000000000 o 6 ^� « ®OOO❑❑00000 o o E o �. S x io G o Sji saowag 6uuaaui6u��0 3uaw3�oda❑ S�IVl34 4HVONVIS � O SVX31 NOIlN3A3dd Noiin-nOd H31VM AHOlS O visnav IIS18HD Sndaoi do ,IIIS 1siH osndHOOADALD ��zLn a U0 5 ,/� s A/ — w L 3SVNd•30N3�313MON00 Anuno3S 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N Houk � =r bomo N ss a Q 41 6m4p �ma �? o� F, <b�< osi z p ` om _ o os�:Y s'a. eg< � Bp` epoN<so ��" a -- 0 €per p - — — S �a<o sow �< oa m9go 0 < s R� Ego Q� N Xs "'a ga is aw�'<ma m g m < m % e o m �aem �aGo ms as „wo ff zam<m`H. zg pz �- =w 62 \ - �� _ =cos w R ti r o s=�m <w a a ago €m y z s € 3�< 3 �000 o <� goy2. _ z.Mo og 6z wp € 6p€8.o BF= Ld 9 = w_ i w w �wwpw , - " w PR oU 0 a b ow. LL € x w z IA s< � �sz. o 2 i a='p o z. 12 Ro P'zd Q� Z Q w e e pg R � �m . B "m a aR. o �� W Saxomwmwg wmaw�" w� nu\ k0 w OZ n �p a as wo w �12 � oo� n "WB wwUN 4n " sew g " g ID n R 9s I e �5= Q "� �€ oB sip"oz 8 off€ F V§ 0 Utz��z r� 5 o 'g _ 0 €goo€wk ss mks G�wo 0 a z " C1 ew>w H R oo x �€ aeaow� J 8- a� oG- w-m= 6SEgwmW�W�orcno�9 _ wnsn ns o Ww_ n�wo" 32. e =Fs _ o� � x E_ ��==obT = "�w " � gN� ns saowag 6uuaau)6u��0 3uaw3�oda❑ E io I SVX31 S-IIV134(IaVCINV1S AVM3Na0 o IIS18HD Sndaoo do Allo I1SI»HO Sfldii0�30 A11� �� Ln a U0 5 ,/� (D s A/ � w L 3SVNd.30N3j 313MON00 A11Mf103S 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N �w NJ o� s=N€a way �o " o g AN az pwo a$ 3 wo % Iz ���^w oaf�o €� �P. s��a €�9 sn ws gym€ sa 0w oryny� � s a €s>a��wgzn g='o �z' g �z §03 y` a;gi �@ rah Oz asp ffI,s���a �v o Nlavaals 91atlA mLL aAa S31atlA N1tlM3aIS S31aVn ama (e) 0—) .z (s) s) 2 j 'aa 3NOO'— "& o .3—n—3—S o ani ama stl z :tlEo z (malnma 3U z -A93H8""3d�S 'NIN ) u Ntl3a9 3atlaa -NINz. V 91atlA a o rc 531atlA � -K11�L Uwn (tlw I I R a LLLLi W� Lip V Wro LiLr- L V L_I_I_I r ri Q -r rr L rrr h §-rr7 0 Z -I-I- Z rl-In-,-r o rr7 44 I. r�-i-I \ \ m m n-I-i +. Q --r n-i r rI-I-I m y 3 --- -++i . Yn1I--Ir -I- g-++a r rNi_�r�,_5i r z _ " L� W " -3 - �I-I-I- Ir \ Z _ LI-I-I- I- +-I-I-r Cl- _ -irk W u-I-I- u-I-I- I I-fir I_ LJ I_ LJI -,-II ~ J -I,-, -L, I_I_ � o Q L,_,_, L - Q J --I-I L-I-I-� �. --',-', -ICL W W - r-'i -li-i_li Lui_I_L aQ ` LI---I-L1 S❑JJ -I , p`;Z 3: LJ-1- -I-I-1 L_,_,_,_� 1 11' v o 1r V as �r1T-1�-i V o w I L I za g Q d r l r r-I d s31aw �- r-� rl(malnma 3U I .oO"e ( m 4" (a3alnma 30 I ,OO's 1 ++ xv3ae 3atlaa ---- xv3ae 3ava1 E I saowag 6uuaaui6u��0 3uaw3�oda❑ E Jo Z SVX31 S-IIV134 4aVCINV1S AVM3Na0 o IIS18HD Sndaoo do Allo I1SI»HO Sfldii0O 30 A11O �� Lo a� 5 T s — w L 3SVNd.30N3j 313MON00 Anuno3S 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N S B �8 � -- W Q— V �w 3Nn No-MVS /� ^ 44 Zs W = � ; d ZR u 9 _ Q �\.�. n` o r.. � a ,9 b .9 � a1. 8� `off DS sw€ as 9 1l�. C §�wa U� � a 91 $ 13 SPR �= o� 98 I l �m " err ggmt', o $� I I L7.w 3Nn ua3doad 6 �a I•s pro 3Nn ALL3dOtld o ` e Ir a Q Q �p ew I W �a= ofna I pro W - ya W � H y � r W a at l €o 0 W IR m® IIR IS MR at o� o o� Egg =� abg saowag 6uuaau(6u��0 3uaw3�oda❑ E do 8 sVX31 SlIVIa(l GHWINV1S AVM3NH0 IIS18HD S�daoi do ,Ills IlSIaHO S(ld)10D 30 Ally �� Lo a Uo 5 /� co S s A/ w L 3SVNd.30N3j 313MON00 A11Mf103S 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N oo in sG vo Iw< Zgm w v Ua WImrcup � w v � Qp� uoW�UW jj by > o m o bwpo�68A. o oo p � W w J II II 1 1 1 II II 3I auin3 = 5 = N o I y o WW � � I ,:o, 0 o cN.3ae 3—m' com �o o3'JMM o (-44 (zv) 3d— \ a o x WWW r) 5 ib o �o `vl y N v o u) h _ Zl - -_ Ro - - W a a R d) _ es e 3— Z. - lo bv3ae 3was) es Czv) (zv) 1¢ N o 13 o W 1� i (NY319 3—) , W a C 0 r� $m Iz 'LL Y- W nm AVMNT/M r \ yy 5 4p msIWIy r) o 3� W s= (s) 3dll (5) saowag 6uuaaui6u��0 3uaw3�oda❑ mot•., LZ'�L)�9 � o Cp ,...{vy,{ _ r,n3weaa�+wm.d„m Sb"X31 z O NO IIS18HD sndboo jo ,Ills IlOflalSNOD ONH 30HCIiiaHB o Lo ate ! _= rnQ Ww „, s . �,' w L 3SVNd•3�N3�313tlON00 AlINL1�3S 1Ntlld 1N3W1tl3M1 M31tlM SN3A31S'N'O N v7 V) H L ry Ln L, w 8$ o oU LLJ z a J � k z Y m W W Q ' z . A a 8 &7s, 77, P < +ryE -od j w ® co �8 - QEn 81 m mo O J 0?a L C N L O m 0 ON o 7 ¢ 3- f _ of 5 L m��p+ a 00 •3 O O Q M W n CO Uro aC V) � w .W, o Ln u+iNU > IL o_ O Um C OLL U ➢ {� m N W r wP -> O J N V m 2 O ¢ ~ O� NY O - J +LZOX; I, ~ v� L Q 2 E O m O Z n a FZ$ _ O U �;V-of > N EN o m F ryEry L W Si 20 Q•)m O� a0 p2 m L ¢O NW LO+ +c K +•- -v w N mTW+tXO +0 DJ OL Z p w 1 O W L 3 N + W O U +O 7 0 i O LO+O>- I U D> E2 Om I O Z ;i -U� Y vm U Z O Z dm r I O L C m 0 o N 3 -L J I. f T E m Q + oE a NC F UO +a J ImH N CO+-= C N C P Z v P 3 0 J •O L -O 1W a C N m E D J _m N•- O LO+t nmo m E 3 3:3+Q¢U w3 O OlO 3¢ CNm _ _ T v + O O m O C F O + a W11 - 0 D E. NI O O E LL 1 O ._- +m Ow WFm - Uv O m dti D ow E CO llw 00 c 0 } O dW - o L Z d-C - ¢ v i m m +m m 0- U N I P•-� +mv �U-�- LON Dpp�� 9mmD O -gym J U >OD J CL._JH v O >+ -j DCm C ~O�[O + - o Q -CmI + OE LE Qy~� �OJ .+tP - PCPPJ a- OL QN D O a +mJP ¢ N O N L= L E O C F H L m W D m m v m a O> IX 0 Z LO U O mw I POO aQ~ OP--LL +d I_-I JW m- •- + O U m K Q Z C L U U - F P•- - m _o v .U�m4 L� jS aw - -P E'er •+C +D V1 0 0 0 N V •O E L N a 0= O-P E U f m 0 D O L E J- P O E a O.o O L 3 q 0- F IL3m my' LO-- L LL -O }L3++ Lmi a _ -UO d OF -O L•-t oNL mLX - - •-; �+ C - TUNL j z++LO+X D +Dom n7Nur34� •- D N + E 0 v D m O C m L O m L O o-O LC OL a0 O+ -P N �C¢+L ; 3J mL¢00 L- DL+ m++Ua }+¢ +v y�UCm UO + OD O OT U L +O C+ oa L•- O+z C+ -a a C P•-Zv T O PLC +E}} O-o 00J aJ+IYN ar�E 3mv --D YOOW - UO - Q m+Dry U CU O O O +c L O O v 0 m O v w U L. m - O-Ell C1 CE+ L aCOO P]Oa30 aN wJ 3m L3Jm Z ~¢ •E•-c a¢ 3 Lf m v v Q E DOO} v O~; oCQO TG'•OL mOD *E IL O 1] CL NJOH-+ O -- L+PE~ OC v a3 OCO+L¢ OE3w }O O+Lf OE ¢ _ LE 1 O aU E•-U o 3 X Om m 0 ry + C - OL c +Zm 3 .._E ET} N v1Z I . - C O vlv0 U ryEEY mO L. -O O N - yE N C O L F U +n 1m - v C- m O N L It a 0 -W C C H 2 O� a O O O W.N m+ L -O N O O -O +V O v mm>7 O•- �-3vi CLIO m V LLEc v+ U-L N O E E C P C v o¢ O D w J -C m Y 0 9 -O D+ •0 0 a -P U Z C¢++= + OPO +LC +COO•l EEO+Ovo V3 D'+ ON ECCPU�-- 11- a L-O O O C C W N L C¢ v+O W O C L •N >>N N C O 0. V m 0 }C O C O m D F +O E•- 1 1---- .C-E ~N o� jPL} L - YO OD U U}v - --O 03a1 ov D -mI CIL Oa m3+ - 0+-- O L 4 N J -w O C¢ m C C v ��E w O v 0 m E +O- OO + -O E z W+ O m C 3 m C K +E C C ¢0 0 0 3 0 N•- C N i EE a L i O N C - m L - O w F E O•-+ ¢O•- O+2U LVY OCv¢ m C a0 0a ¢v Em D 6 V) a C O v 00 N+ -- -P +L U P C O O CP C, o v o J C 3 N w 0 U+ + v Z O EO O+ O E O -- J L U O •-- L O N 0 R 0 -- v O U • .. D+ ¢E L U }o++N •03a d dL -EO }¢U +•- >-C + E U X}0 + a o O I. a C¢ 3 C + +Em- }O U w xc m z m 0 0 D m U O w 0 0 C - E L D v C Z} C 3 v T N O E L O N O O D C T a C n T - L X O L •O O C m m a y m 0 0 0 P v 3 O T P -O L- +v 0 U m a 3 O w L -D E O Z +0= C ¢U E+ PP 0= v O E - -3+O ¢vv O O L cn Q mE •- t OD- O pp EO - .D•�L}N ;a OLP } Tv+ TO OF m9CE LO dy N -C+m E- 11 0 -E 11 11 w C 0 0 L L C m L L L O O T> W O-¢O OL - Ua m 0.>•- D O 0J1 L; L 3 m CL N ' O U+U E} O-- O C a O o X m 0 C m m D O C-+ D L O LP-0 +C R o o 0 E L L.3 L m o r0 �J+¢ CO Om .D•-Ow U L, L •oC vn +UD + L V--UF 000C+r -L CO3 - - a - v¢� 6 U L 3 - >a --C - UO-- O C N ND DT 6L Om Ev L O-tX ODU pN >v 00 III.C a 0 L,-O U L O N•-U O P ¢ D E a 0 E W D+ L D +L O m U m W E +L m - 3 OCP EE Oo_-_ NJUvv-- - C+mw.F± +P - +tI m a m 0 m w m v C O¢a N z D U v> +O m a O. N O z E 0 0 v> O a Q L ONLL Lv LT•- LOL QI -ID v•-N •-j -}OL LOCQ O•- FL Lv - m H+DF-a FL Halm HU+ (J O<= ;wiOLDi HD-� C¢ H 0 3+UO� - ¢ HD �ELo n e}!up�d pu!}Inea�eapdiop�P eFlnae�}oa��ow!fob n aFPaUob fey;o o;p�PDm}e e{V}4o3lIj uoo ey4 hod R}!I!0!auodae�au aeon ao lUpxl aoaFOVx eaoG�nE Ruo rod 100x1 RO appu e!Du!N :MG RuoaboRR}uoddox.aN '„}oy ao!Faodd Ou!ueau!Ou3 soxel„JeVF RP Paudano0 e{Ddopuoye s{V}bo can aVl saowag 6uuaaui6u��0 3uaw3�oda❑ ry �n we wM° SbX31 NOLOAUSNOO ONH 30HOIHHV9 O IIS18HD sndaoO do ,llloLn rN s!0SIs _ _ C .... CM L 3SVNd•30N3d 313M3N00 AlIM003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N 4 cZX gg N 4 gP m frN°6€ w y O N g R �.� � 3 .a z. Y S off N c <gg w w a u 86 s Q cc a ode °a — — a I o x 8:- €g "' 5 fiEd6 aR '' E ® ¢ $ - `per E�k 1 � lo - o as w oa o� R' * n vbm°a wTEalo o w L to iLcr>m ii 9sw .9710 a gg z. UI _ is nP �xs 1=x c� ❑u O pt - '" E' g6€ F is o w w xw °g n m �19 s$ fr"Y6 o x=X. * * - Xp U��j ae tg-Eja9-a< € pro Esm 8 o cl o ZE X. O : 'a $rfi w r�m�� s e o < as e o 8'mw aPn7.�w8' �- fifi %.gmD�. oEP �ill � So hF z. ti wig � 59wfrd�uFbp€'Sh a w• ao 3 WE a e}�m�}Bud{Iwea+a mp a}I weer}oe��ppu�goy s}puuoy�sy;p o;p�ppup}a e�y};° :31IO uolpuenuo°W}xi F}11191 au°Oeeu au o 1°Bxl —+oyn a uoy l°Oxl F9 aPwu al Pu, :31tl0 Fuo}o R+�uuon ox .+tl e°�+ooud Out aeu I Bu3 sox 1„ 44 R9 P.., Bw.��puopup;e e�y;y o stl3lYltll]SI9 saowag 6uuaaui6u��0 3uaw3�oda❑ _., ,•. LZ-Moe o O NOIlO llilSN00 ONV 30HOIhJFJV9 W �a �21�Iflq?J� ilsibkD sndboi sa Aiij �� Lo ¢U S ii w L 3SVNd•30N3j 313M3N00 AlIML103S N 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N Z I � Q O' J L O Wl N e o U d _ E M oN M w � L � zw ¢ z U O In 0 N u o � o p _ m a E _ T t T U - � N 'c o a' � — — og o Q E a � v y_ •_ � a) - - s L L `~ � � O '` wl - - o :_ _ O O } g `l O o TL � N �L O N - w O O Oz o O o c: x t� a - _ _ O a y wN 0 Z � � 8 LL m .a �<m�o �3 n a LL 288 w � - Q �+ + 3 N U =S ( > T N L > J Q O O a to U }o O - O -Q o OL N Y O U L N •E a � �i — 9 — _ _ N - QQ - 3 x s a; y - a - vs w d 8c _12 - _ =�°' Y av� O �oqW W ` 11 o�o NEy- -- .- ¢ E.o nv E3"i ov d6 a6 odp, 06 F t — €von o N � n - W ? i z .ZI-6111 o', aemo —z oy� o N 6y$m c�7 +ao �oio <w vsi�:8` N2P, v+I wo F Bul+I nvv�avEpmO p41 v14+b !3lId 0o v4+uob 31tl0 R+!I!0!vu! ou aeon e0+laaxl+� eov+oVvbvvotlbiM Ruo uob#laaxl R vpdu v!W!N RuovFonR#uo��a+oN .+tl .+..I pad Bu11vvu16u3 epx 1„ 4#RQ pau1ena6 s,pIppup#e ,W 40 eN31YItllJSIa saowag 6uuaaui6u��0 3uaw3�oda❑ NOIlO llilSN00 ONV 30HOIhJFJV9 � .�o d�bflq�d I1SI21HS sndboo so ,11i5 �� ¢ r N u - .-..... cU S _ = N L 3SVNd•30N3j 313M3N00 AlIML103S N 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N z q s � a x e� C) N s ss �. � s R c gt gs s66x € L zoa :h"6 as 6Y 8 E '� a ete w fr� 6 a as �za A o s ss v s s €=ghoh & € 06$ $ g ag tip€ n_ 6 = � o o s -Rs agog mm6 m 88 LL1 «E- Q S x gbs$ 8�s a _ .ep g yy '�a �xsxfr `: - m m..tg-o��€r 9 -o.sxm �t ° 6m"mam `=a sag smsg �`Ya`ss`` tts6� 6 v '„xs .gym g x " °�og `s €^gs g 3M6 ' s 8 Ex RE~ U S Y" x.o� fr a eP 'a - €o:�E e� g� e o6-43K-S.o 6d ~sksxEfi' � os� xss 'mr € � E fm - os ^�^ `s xc ' "fr aE�x�'-sh�a° «3 " € € ss M =�2 E" «�- g r€--".-- te fr`m _ �- sge`e a«s a" o g " E°m rE b g g gE�;g =E @sx€fr s "- waN €' •°' _ �LLw "5 a � �_.' 9 fr - off -g.= S�€2 fim �' w-° fr >"«B " "8gox w 8 's£ «oa-oma�a 6 €aoa_ - a .' "max xg` €a°e€ gs " '} €Rs' k-_: €. _E °k-5o€ a g� ��gs° °s ads o LL a-' 'aFaoaxfiQ88 " ooLLsj�g§ E€z _a __ -afrk`ve_o x " �" ..e.,Mt - gPa oE�E ��W = " y§6� € ex� a€a ecom s €mo�� ow��._sas�: o�w 'Es 17i 1 o IR 8 �' ° $ ° - BsJ - - � o�>0 5� & fr `x €gym hp a m a .` �� a YC�oE =dx�x P o a =_ z v " ° w -nEg��.Eo�o.'N p� e�ts fr g° aeE o `a ��g 6 frR. o Iz �o a z F� x e =_N9frm«a-m mx g i.8 aDpaan anDdl Asa oGr Q 9 � 5 „> sk Obey; mom 1KNBossEB€= * g s f 4es a s v o xam }g8 �g8 d g€ 3lId n s+I Void 6u{+Ina»aaDouoD�o a}I naafi}D»�oDU{hod�o a}ouuob�ay;o o;D�Dpn}a a{V+do :31tl0 uo{v>nuooa>V+�Dd F+....auada»ou..... 100.. eos}oV"eaod�n0 Ruo..D 100x1 FO a°Du sl Du{x F{n do F}nUUw oN '.+Dtl eD{}o°Ud 6u{+>"u{6u3 aoxel�Jey4 F°Deu;en°6 e{DUODuo;a D{y;bo can eyl :d31YItllJ5I0 saowag 6uuaaui6u��0 3uaw3�oda❑ ry �n w, wronn SbX31 z O NOIlOIlilSNOO ONV 30HOIhJFJV9 s��� �a �21�Iflq?J� ilsibkD sndboj so ,11i5 ��� � _= rl Ww s �/ N L 3SVNd•30N3�313MON00 AlIML103S � 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N fr - gk tk ill � � € 5 �§ °� �g sg N a y V) vm� 'a $ve Ln U`&g°oU v N �� gc mho o L, o CD z N y z w $€ fr - `.=5 a w-„ �' a w g v a �ffi w za v L _ E�Ey g �$bmgg€ _ & a sae bap w a amm x x * cra= LLJ .. & oz a s Sett n - o � a t_g o z/I IEL w In O m „lb „Z/I 02 z F w a" ~ '6 CC mUm m S m D a fr o@ d -Nv Sk Q " Ln •RB =�3 =Ng oo LLJ Q * cn w a o � w O w � :8 o cl w �I o w a z o z � � p o 1 vim - o tb V) z. ' 0 5 ��58 L ...... ... .. « ; \oo n e}I up1,61 Flnpay aepomp 11 1"navy '....xol}.. }oeyyowl yod yo s;wwob yey;o o;pypDUD;a eIV;to �3113 uolcyanuoxopeyF yol F} auo. au o 100.1 eoeFoyx a yol 100x1 Fy BP�u el PUIN 31tl0 Fuo,;o F;inyyox ory }otl yd 6ul eeul bu3 a•el�yey4 fiQ peuye�o6xx lZPDopu°;e aly;)o a eyl saowag 6uuaaui6u��0 3uaw3�oda❑ n we wm SbX31 z O NOIlOIlilSN00 ONV 30HOIhJFJV9 ilsibkD sndboi so ,11i5 ��� Lo Ww „, N I s �L 3SVNd•30N3�313MON00 A11ML03S 1NVld 1N3W1V3M1 M31VM SN3A31S'N'Ol/ N Z 8 ¢ O0 5 yy F 9y U W Q a _ a J V X waa x xaa K a s Uaa Of co 44L a Xa m3 mZ ZXX Zw ¢ OxX N � X y z N w U 9 FR w U co `n - wfE wi wi voiw� �rc a V C Y C ® QOf 0 5 EO $ m Wk C7 0 d - ol v N aoo �w r x t ° 3o wN= 3�o fr�sr>• 6� R # $ � w o ago�o � s as `—���� a g e -¢5s � t o i 9 _ o°d 6y ¢oo nw� 6 6 U c o - y � o ni wzaw" R _ Q O _ iOw 3LL.J. �LLLL �Ow 3XN � fr r3 �im tin W3;Q - fr fr - ¢ Z 32x F N 5z� x B- who = Lo w'o, + In w _ _ a me° �a--o°a m€6 .�g e85Eg - S p Z N i �po =ox r «E °.- � Ln tog pLLJ & o =VRWe o a-m �Ea5�al €° aR g�, Loco k 'cR fl a$ a«a mfrLt fr 9' mm N a 5a`� ° c�- 9 Al i i VET Oi! �€ � l s 4z t e o.�= a §� nr - = $_ gc. a g = gssm�P� ._aFo m g° ~4 °o85x �&�$#fry° 'L $ s v€ a= ➢sssx � vx �.xe ; v m amp s g m�__s = tam ��aaa,��x�� ,fr".!as�8 a'.< Ali � =c" g sy , 1' ���`1' �--�J _ ap�m8.8ar 3 f _ _^a€_ t,`6 mm _ $.�eR's w8 m�€ �-€sm s waw �=a aam r'� � `g€s' m dog€ $ � g` -!imfr eo��rs a 'a age xg.$ o€a m °s g �. x & #v Al �-1 - m� = "sum>��'=_. � �m ERa v� AEMOZo oFPU=E96o 8 88 fr8>= eo� 5 g m.*$II$ erg« Ro n e}I word 6ul}�naiJ aappmp�o a}I naal}w;;owl hod�o a}wwob�awo o;p�pDin+e aIV+to �31I3 uoluanum°ey+uol '....R+ au. au o 100.1 oe+oyx a ual 100a1 Fy apow el PUIN 31tl0 Fuo to F}�nuu°.x ory }otl eol....00ud...........a•al�Jey4 fiQ pauuena6�a l�pDopuo;a aly;to a eyl tl31YItllJ5I0 saowag 6uuaaui6u��0 3ua w3�oda❑ LO o O ry m w, wa SbX31 NOLOAUSNOO ONH 30HOIHHV9 O IIS18HD sndaoO do ,llloLo a Ww° _ 1M s NL 3SVNd•30N3�313MON00 A1ML0S 1NVld 1N3W1V3M1 M31VM SN3A31S'N'OI/ � N 71 O 5 C, Q 06 b _ o0 00 Ems_ _ a ZJa N$4 L m o°o°o o°o°o of �gm r O w l e g g gg <m Ucr 0000 0 E S mo Q W = U m a m sum« W a m V) O J 5— � CD § 9 of _ oag °°°o oo €am o HE; o ti9 0 mm'E" o �b'mEmro mmSomQ 0 u ° U _ �frx5�m$9 mg g$' " xk69tz .ao� ° meg -`soeg= '% Jw E- a 8 e a€g=va :t x a:oa¢¢€a ° mmam- saamaa� ws Eon aili$i O O O° °O W50o�€ � a _b� oh d ff��� og^ 'g Y o mm "ffi WLLo-` '0 4'd o« — 8 mY o S E€LLa� o o o o `LE Eo o o z°?wm' DaV Y 5 � frR'fr - S b -`€"E i Eo x LLowR - og _ O F a > oajig ~abb 8"SE t °� i 5rz m u3�ym o o t tw W fffr�Eg'� _ x Ek P x k g Y aR g 1l ` ow �$ Q smfr� _ v �aRv z a a -<E V o z"'N g oo H, as ��aTv s €C'« �2 -Raffia :� €=mo� 9: ao a � commrsa - F gaa° - '2 bum g € LS6�aax mB frmx €' LF8 - ~ ': `s€a�"" xe x�g o�� Imo W s` mg€ a Ro �a s� :aa of xgm€ mg�a � o s.s . o a �;t `8�" C o� O ° m�m" s�$ n KI.Vws gg " x-m`:s z s m3x o off= -µ: Luoa'E _ s N s W. m€ sg}gm : o a sg ��g � m Faw=R 'o asgmsx`e# a W ggmg°o:a«<< gag `smm6�� s" 9x= -:.ea d : $ :=sass € vgmm - t. �€gym �s V) e o z. _s �5- x € € m t€ maoaFt voaRam $ 1 <E«E x�se�r ��R.,"s-g� �ii'4 It �,��m��E PS 181 $m € 0��°aLL gQ yYg 4 —rvry a mm �m 3 _rvm Nmn 3 _ ry mar+m rmm 6G Ek$ FP z Y W o ao�` a x o'aRec= a w ° x� x g j goo "p" e`°a � xb k 'Sas`ao o >g xEo o c$mo Inn t 31I3 n a}1 ugbb Dui}I need eaDomD bo e}I need}oabboaui bob bo e}ouuob bay;o o;DboD—aiV}4o31tl0 uo�vanuoo aV}bob R}I IIGI auDGcab au satin a°100x1 aocyoVh asoyb'M Ruo bob 100x1 RO aDUV al DujN Fuo}o R}uobbox.ory •............Du�baau�Du3 coxal„baV4 RG DaubanoD sl PIDD ;e ljV}bo asn aVl N31YItllO5I0 saowag 6uuaaui6u��0 3ua w3�oda❑ ry n we n SbX31 NOLO USNOO ONH 30HOIHHV9 O IIS18HD sndaoO do ,llloLo rN s!0Sgs _ _ co .... L 3SVNd•30N3d 313M3N00 AlIM003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N e� z g spa �xs o�8, w i ,gaol 1 6r8+ €T- 8om %` gm o€�'S m° - Z o N e o co co ° x CO oa r9:os B`% L1J « o'°oax s%' W m 6a8' ElNo a Em$ o aV = a$ 2 2 Z -` 6g a n aa &68nb@ m � ° 0eT mm� a 8k E ggs € �smo goo Bp_rpq�q, €o:fr8 o a %F ' " a w F'@= "gSEv ® cn �. sSoom� ageo 6s8� Leo s^ t J I%E 6 Sa 6 6 F88 8�' g S .329 'o`2S o= 8 has °a° a�°�' �a�ob-ta Rg� se>oes 'sa __�:�y�m^ RN9 - abxt '+= a.6SSgm`g ~. �6nt $ 8E6 E °g3�FaR6 eb «~>o°m go r.%s°.'-°S -E`S %op8 P �+ n r8- -8€ 5%ao a#b °€m_ °gk6 sn w 8�8EaYiy a @�m�NmtlEgM B«'_F8 h8Sa E ff a BP e3°:oF«:BR EL ®; 6 o t8€Rs �oS%a%8 xR 8:a ia°.— S- 6 p2z ego ^�s € $1 €"sus �a b fix- Rugg %"�a an m�. €era gs- gR €�� x'°�2 5 x%-c-g g€Yo a€gs „_%awo _g 6It ° S > b ab ~8�V arm€et % F o •o ��% 8« R a8* m+a~x8 wg 8 t9m its 0.8�L m88a ma -sus -ohs %e0 g%�R 28«z- ag-tt-ag � R €&=k«Yx asE SSE o 8-'$m Fg Ss N= gx$&- Ell 5. o € S 32e a . °= x++sae m ag s @ ' -i b8 _>v S8 - GEE,' i R~a•$° ' °P; sfir t as atgsS a gw% o6° gt=-: g�s� Ufa gg 9aal U V: 6�SgITB1 $o��fr g+x g8Sgub� v 6" °�gsa °° bb=@ mnmo sm6=sg+s $: t $ x; 0nm` � �s �ggssog: .gx oge^ a� Pooe Lg� m�g w xoaza -- -wsr�€ `€€g _g m»°o- � �g€m€%asss � °° $agw, ma h h �5 Bh3 -'hg5 @ a%€mSFa B'baS °`gaol h.gS�-+d- �8 `EiB�a 3�mR8 `.�b€Fo_g 3lIJ n v+I upbd pub+lnv>V a>6pmp bo-nv>b}p>bbop j bob bo¢4vVupb b>V;o o+P-p— bo 31tl0 up�uenuo°aeV+bob +I I101 eupGeeb au aeon ap 100x1 eoa}pVa eeoGbnO Rup bob 100x1 I0 epOVi el WIN Fuv bo F+in��°x ory ................�eaulau3 v xelbe44 fig peu�en..v!......4.e14+bo a e41 .tl31YItl109I0 saowag 6uuaaui6u��0 3uaw3�oda❑ ,•,x LZ-(6)O9 o O n e wm SVX31 z O Nouon ISNOO ONV 30VOI99V9 IIS18HD Sndaoo do ,lllo �� Lo Ww „, N I s �L 3SVNd•30N3�313MON00 A1ML0S 1NVld 1N3W1V3M1 M31VM SN3A31S'N'OI/ N mSffi N B z $ C �� "'. B a m «`k g °fig oat Bi 5 8 bF --- °ge° °fix .LL H J a #� _ sag$ 's6•R - ? g as a w U) w s Oz M N a IMIm a � g a v42 vei m: s o w o u u s v ggfrm'remo ass y`y x m w rn L 5g - b €Soo -0 $8 kggffi�g�ggg�xz kym gv5 �� 68s z w w €s� m€s... ..a m a�_ QF t 'v - msm8a-- "� om@m�R«�ffima%e«gig s=e-fry 5` ffi° ask s ��gaok %y € €o € js .9€ 25 b gd o �� Ens b o g spa ^b= o s`$ m a`ga a �•'gm�'Wg mba@$ aE r w susg p¢.°y6�s EE :pHt g m x gs a s= m}x Evx Fffi 68¢ 5rm � a >sb u,frga N ±$ frE-'omv Bo nFE _em =S � =gas-B^� � Z � 'g - ova' ` €�_ a ^sx mves�z� sg °• mfr�asLm w^ m w S. o�kme�gE rot m���E� `= aoo vY«RS' g.Eggo€tam>gas- sa _x�-�� w o z- xx€b't� �� a�� sa�b `"m a i f N m m v ma a vSn'�- Z.4 ; 6." J gLL" R- €8`€8€.a s �1 5 o Z f�� obg P'�8 F°a�� �� r«BH w�''S�$ L Aga bps = '€ $ns$`s8 $`a � JoBo J o b �5k' ��dfrffi Rwe IanpuF aw9D a0upielP'ulw„9F m z m Fb' egs m sa8 � f6i zx rg 6°8sfr v # o€a Re o&� '97foa mm sg g `gb s.ka�o 5 �frm /��✓ Y Y obs= ae6 'e� s°ffi�m $ Eg€ go g g �F--ER 3a.2T o gym' m mlA�J— i� gv�ss�bs �g�"s f;off �m ,o m o E€ "=2E$9' „s aim mo��`.o LB€ g 6 5�mW >_ «M.— {{� s k fig ga8cror€$ommk€� s a vog � > Fw.lanpub aw90 anielP'ulw 9F b `�m�ovw`�a>•b`m�68`o Y+vmi`ffi gbi 8m Z _ w n e p m� ggbfr li w a > I ~ c, AF a 0 31I� n s}I wood Dul}Ineau eappmD uo e}I neau}oauuooul uob to e}ouuob uay;o o;DUDD�;a ely}bo :31Y0 uolauanuooaey}uob R}I I101 aup0aeu ou aeon ep 100x1 eoe}o4h eeoduM A'uD uob 100x1�0 apdD al WIN .fuo}o F}inuuox.ory •,}otl eol}ppud Oul ueaul Eu3 epxel„ua44 RQ peuuanDO DI Duppup;e e!W bo aen eyl d31YIY109I0 saowag 6uuaaui6u��0 3uaw3�oda❑ ry �n we wm SbX31 NOLOAUSNOO ONH 30HOIHHV9 O IIS18HD sndaoO do ,llloLo rN s!0Sjs _ _ co +..� L 3SVNd•30N3d 313M3N00 AlIM003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N Egg • om LLJ lo u CD o z � ly� $ $ womb i E nE I Of® Q Upv r5E d �6a I I ps�g y yl ®z z _- Imp ;gg �luw.au+a a a°vase as c> gg °S o °I 1w �uv w+aP� Iuiwv o - E'm' S�55oF°�,gg PG 5m x _ xmSBd�xEm�S-Uob w mx ymy«�«FB �g`m� a $Yas�����6���Q�Q��� EEEEEE- _ :_«_uc mn} $i=gZt m } o oj EE, gm ag - g g�: is �Sm xx�o�� �x•sm w � �o� I Y o� 5�EN Fm a ong�Rog °x8m � ='g o$ w mP ° ��F=LxHM A5 .=_S,-"��g oozz -.oz m m a x - s�€ bo y g6 og se m xs m t << z m5 j«S�`8«o r_ R xGm$ o-gm gs €Eg�a so v € € asE - :o w -=5._`-:•f mSLLR mSxo _€ .ffrt 5=sa_`x - o ° mRee6�bom« . xo�ago3v8ommsg',2g d s^ }o g ® x omGp2g oe �bs� a�Qomaa 5r a-^ -M x DI, aw gay �-x'ma�°€� � � e� 0 €"s'€ 31I3 u°�s�enuoo a a+by°R+1�101 euaLae�weaun vu4 eeod�rM.(uo i�O�ap al4W+IH31tl0 .cm+°Au°�iox.ay ,+r .+mid eoi�eeoeaui°emx L, uF Ra pau�en°e a,°�°°m°+e .w a o au3rvivrosm saowag 6uuaaui6u��0 3uaw3�oda❑ ry n we wM SbX31 NOLO USNOO ONH 30HOIHHV9 O IIS18HD sndaoO do ,llloLo rN s!0Sjs _ _ C CM +..� L 3SVNd•30N3d 313M3N00 AlIM003S w 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N m s o � z V L a m o ZO Q R Li Ofco B��N 6�8 a5HE N < o N o wo� �Y�a�d� w �xr'wtsag a °V2 w s� xx axx x g" 0_03 B x o s t5 ��� a$ s�� � xz°# err S� I = €gug x �s €oho - g o z x = s §'o9. _w 'fr" m8 «x5 a ~ff a4 �8 -g. Asa gas g S - � -'sx ohs eggq $ P €yil n °tF ag z o w - 3 E5� a s: se soy sp a I i -111 =x g2'•gZ'r5fr a6 €6ak €"a w sm eE €' s€gm € g..fr a 5 a Ylo x pk€ € g g Via€ E € a Waoaa s gala ."2 m a6 g € m€a ass it fr€ a 3 a=a e}I uo�d bul}Inee�a mP a}I nae�Foe��poul yob 1 nFouuob�eyio of p..Puo}a ely}to !3lId uo�euanuoo ey}x;F}LI I°I euobeeu au o 100.1 eoc}oyx a uo;100H1 F9 epow eI puLH31tl0 Fuo bo FFinuuox oN ,1 tl eo�yooud B.I eeu I Bu3peuue�obne��puopuoye e�yy b .d31YItll�Slb saowag 6uuaaui6u��0 3uaw3�oda❑ mot•., LZ'�ZL)�8 � o Cp {vyy o weax,wm°D SbX31 z O �/�b�CJ�y NO IIS18HD sndboo jo ,Ills Il�flalSNO�ONH 30H�IiiaHBLo o aci ! _= oQ W � a2' s l/ L 3SVNd•30N3j 313M3N00 A11ML103S � 1NVld 1N3W1V3M1 M31VM SN3A31S'N'O N B N 8 2 N a o o o0 0, - ,\ tr ~ fl o - mo o p N V) N$4 Q o o m ° v yoo O e p - o _ oo ( ; 8 O U z N o le F oo o °O �o o 0 0 .i ccLL'j w �o 0 0-T o�°O to b W <W e b o z aa� O B ; J J rya o to o 1M m O J c> z G� 04 c m v{ a 3y �� xe. kfr8W > o a w o a g � w z W z o v�m8w`6 +moo° o t ti x r yy w Q O z Jfi' Z J J J o Z �"�ou8im o€ i Z u x O Q �Q�gm8+dmg a mI° In N InLd LLJ >8v �Z 0z �3ja mmYV .�bg ann.. ON J m n o r g o a a ° o*-DD °a A so °s 3o. ° o o s Po o ° e o 80 3o g Y o 3 m ol F o Do o o ° 'd D O + i--i a D p p oo 3 a�g�° �m a Q o $ 0 3$n $Bar 6 $a-°° F W a8 oDBD Bo v o ObL" Z Z C7 ° ? ti 1. D o ti F 4 E O � w W 8 � J H € 0 V V g a LU w g g J W v 7 Q x� ° W It EC C 4 Iz a Z Z ` Z Dz & 8 ao € W �4 I4 Eb 44 a 44 d 44 b n s+!mbd b aoe Eu! a+In——mD bo n...+Dabboaw bob bo e1-1 bay;o o;abDDm+a a!y+bD '3113 ...... oo ay+bDb R+IIlol euodeab°u s am aD..U lo eaoGb{M—bob l0°xl RD appu aI WIN 31tl0 Fm ao F}u°��Dx oN '.+Dtl aDI+DD�d°ul+aau ILL-3 a0xal,a44 R°pau;an°6 s{DbDpuD;e s{y;bo asn ayl �N31YItll°SIO saowag 6uuaaui6u��0 3uaw3�oda❑ 8H17-0d01S4VOaIVNOUN3nNO0 ��+i o wem,nwM D sVX31 3NVTiinW NO S3HnSO10 3NVI Y � Wwm " IIS18HD sndboo jo ,110 NV_ld IOHIN00 OIddVHi Lo s l/ L 3SVNd•3oN3j 313tl3N00 A11tlL1�3S � 1Ntlld 1N3W1tl3M1 M31tlM SN3A31S'N'O N Ljj ot o a e� 8 � 8 oY tn•n€ mB'm wx 0 co O T L - - - 6-x w£ o± Y o J 2. <€ w$}a: e- >m gin. z Q v ASS«8g.'S m8 g€ .`-� �o s'€ c'w� s g'63So3E � R -6 22 d9 a w ee 9�- `�'o z J O B -- -"�� sm a c o §� .=s em€'e€$_o<€= -s P 1 R em u s & $asg �x - ao b bpRE �� Rfr€€ .}oqm>gH. e2e 00 o o ;i�N z� o� }t�E ^$•»k _ a56 8€x �m=a Ee� I -g4 x as $ 1 x11 T,c I - Z3 _ 4 c3 46_ n� csie Xd SZN X�" V X s" lJa wQ w KJu ¢ia "ul/l 'u!4Y g l Z/l aootls Abort 9 l Z/l l l X x x X °aoZ �FM E/Ili i i o L bap l no4s �1 O " J W ••� • '• a Z •. :•... .... c� Q � J bapinoys x x x x , > $e Z 3 o -vF. I-ww -o* wQ w N Q D= W¢Z¢N _ C p�o= 123Q U z3 iwW $v ¢Q �zn Q w 0 a is Abort 9 l X x X �•xobtlan .,,,� 'ooLl E, p bapl noVS <a Y. bapinoyS W �. • • • • • u_ ♦•••• 0 J W a Q U J H W bapl noVS bap l noys Z �_ 4p10 OS b bob _ O xE . creel bo 4:OS bob x �m Y Q _ QK — z3a — - —op c�N v}1 uw b 6ul}loved ea6ounp b v}loved.........b e4 u Duuod bey;a o;DbDPuo}e ely}b �3lIj uol ebenuoo ey}b F}I IIQIvuoOaeb o 0Eu 104x1 oe4Pya}a—In0 F 3 1o0H1 FQ epD,el Pula 31tl0 Fin bo x;uoydn oN „;tl aol+oDbd Gy eeu� 3 apx 1„ 44 xc paubenoE a!Dbop..;.e14;..atl3Mltll�5l0 „7,„� saoin�ag 6uuaaui6u� �0 3ua w3�odaQ N SVX31 V1831hdO N91S34 4NV S31ON WH3N39 p /IS/6Ho sndboo ea ,11l0 CIL L 3SVHd•3JN3i 313tl3N0J Al1tlfl03S ch 1NVld 1N3W13L1 U31VM SN3A31S'N'O Nblid Ds3a A9 3 N ON NOOl— NOUINDS 19 I., ON NOISIA38 n o =g L U w €� � e €�g��F s Q Y6Mn'37.Sm^o_-n R_-n $ sw yG � 'o C0 € m tlm �6 c 3 z L W . S. m p a x a e m a s z s F a € W gsa3ysgg � 02$ 3 A E p R `� fo€$'a J m = n g a�” a Q _ `' as g a m m g g 113 ss a5� w g o -asm-x§ 11 atc w w ds s �� a as spg wAWN c a tE pa 6 a•e 4w 'S w �yg z oN o € g w n �g4 §§ W p a a a a s om- 1�t!t ^*b€s a ¢ w z =moo w� oo� o � W � s � �a a fio � s """ _ ecese__ca Z ffi-� mJa�� ea�m €�"eg� mN9 t o= myy a o waedb"§ a a o ��ow o g6 & N .i d u5 ndm ti mo W < w d G 0 3 . m om 3€ P� § 3 b �3n � a w m m By B " mE S" m 8 8m Bm 2=F�-gw a= =€n A=hN § n g3 e a - a ow m z „amaw �= E _ ss o 2g = w a ¢ =e e� s " mks-m m H h gs o d w €a as o'FLU 6 mz� SSap smg _mmo i"am zm�wm ae5m__ ogi"gg p o e os < �o ¢z pgt w � �__ mN¢ < m ogm Pzq 21 a z W 'W E o -NA ' -a � 39 - ;a§w s�e� �6 �om o h � og 55 a .3bs s2 - z. w _ s' & � - �� p o 12 F= a - = o. Em y �4 p s a ssH_-.T m o s =n� � b ma o s $ Q a US m�w§em mz o w n m ee =o map = 2b nN s _ � wow H sA< a � gns o = 120w o- o=oa€mo Hm$ €� o m g �p UP b W _ = m m � mo = 9, o€ "' s b - o a "a Nma p � � g= o ss m e3 F- - 5 b w.N apo woo o�~ 0 0 0 sip s - m " z =� 5� 3 z o w - m < U m '� m a z Q �wmz $ mo '�� j= dj�j? ¢ oLL rc� _ o N �o a ff 3 €� Q z a w c7 z � a �a� €s= s n wN sj o J t N � e� . $p � �< c� € m N = ¢ sw 4wss ms w Xe o ,w� 0 9s z� k m = 0_ zli P two a6e 3 ' jH € g g o z m .�U m g= w ogo e z ez m= o z �. ga o m ��N � w " e o s=s€ ° n"mo w eo �a as gym€ p m � s w e w"�€ _. �o= Fa>< ¢ pm c� aQ =m z=o s� s � € a o � " � e nod €imp! = �pm o m as s .1 := 18 ow E6N 6e -� s = z ��� �� w' Sam sp 9 a s'_, z„ off& s 0 H. � a a be mSess= �� =o � -" "o 9 -m - m o as n o � a=Jma s8 wow = � z� _ „s a o € es W LL € E _ v s �� w " �; a"m� €oes 3 �b nw No §s " � �. a= a� �__ =w�� =e Nex§z ogw�p� moo 33 3 3 3 q- �„ G = o o�m= _-� a s a =nw m2- mm$" a=a t� � =b � am"a� =m ooa a o" os ag _ � �om�sm� y mw 5 o 0V B B zs"5� mm €� b �bm�"8 _ oy '�ffi So. m �G 8 o� � wam < x� Y_w i9 `-'u d� � § Sm � - o� § BSA � sl 6 H m 6 9xg " =a �� 8 �s �o �m$ _a$o _" $€ §8==_� a so _ Y egg S = a 6 0 a N'9 E a 33 31N -3N �g�n w. LLJ zs000.ammmm � Gee�sz. 3 *w .a §�e� w J Jw Uz�3gzN w Z Z � � � � 2b z0000m oO oQ 8a5 BHU7� z LU F O �a W a - W rR.H.0 W - z z �� m w m aaa F z n= Lu o " s< � e m .0 -w = ZE =rc = of wE , W � om _s op sssss g s w � p � z =o o � � m'n o w �g Vim= z22 �<_ _ oo 4 sm �""mw �eosdcssie8LL =� U s=gN r� saoinaag 6uuaau;6u��o ;uaw3Nr daQ NVId in owl IlVU3AO u) ba3yy SVX31 30N33 Ainjn33S 313HONOD p w .5 g 4 YSSflQSy IISINHO S11d2100 do ,1110 N uQ= I j" � L 3SVNd•30N3i 313tl:LN00 A11tlfl03S 1NVId 1N3W1V3tl1 U31VM SN3A31S•N•O N Nouaiaos3a 7 3iea oN Noism3a Noudiaas3a ne 3iva ON Nasin3a 50 / i ll IL �, �•III ,i \- I �\ / f ��` s I m � z Q 5 r Q 7 O LU 0 J � 1 e I 0 w w cr I U Is W L Z o U s ���_ �� 5 o o El A Nz a o s o w , a sw _ saoinaag 6uuaau;6u��o ;uaw3Orda0 -NVId 1f10AVl 030UVIN3 In ba3yy SVX31 30N3d A11af103S 313HON00 w. g 4 YSSfl(3Sy IISINHJ S11d210i do Ails m - L 3SVNd•3ON3d 313MONOO AjjunD3S 1NVld 1N3W1V3L1 U31VM SN3A31S'N'O Nouaiaos3a 7 3ieaoN N01113a Noudiaas3a ne 3iva ON NNsin3a 07S 133HS 33S) OL+2'V1S 3NIl HO1VA I m s+ M w J I w e �� LEOPARD ST Q w r= 0 In FF W U) JQII., �,.,� ✓.,�, ���e�8-8-B1 2 W 3 - `P/`" �ry W r I � a0 I g i LJ J w � / n &s9 IL wl w �€ ys= ' o wo Ie i � �� 0 g o0 I a °I W w 5 ++ um O M Z F f� - g O I W(n I w cc I 8 3 g ¢y Lu U) �I - I III - - �� w w I I I8� = I I I ' (133HSSIH133S) 09+£'V1S 3NIl H31VA saoinaag 6uuaau;6u��o ;uaw3�r daQ Z-NV-ld 1(IOAv�43DHV�N3 u) ba3yy SVX31 30N3d Aiidn33S 313HONOD w .5 g 4 YSSflQSy IISINHJ Sndaoi do Ails v emg� iy j" � L 3SVNd•3ON3i 313MONOO AjjunD3S 1NVld 1N3W1V3L1 U31VM SN3A31S'N'O Nouaiaos3a 7 3iea oN Noism3a Noudiaas3a ne 3iva ON Nasin3a (133HS SIH1 33S) 09+£l'V1S 3NP IHHOiVA ® __ (9S 133HS 33S) OO+gI'V1S 3N13 H31VA 11E � 8 f u I xi so 8 ww _ o of II w I �j i I Gw fi I $a I g�o Z I u'o Z a IL tl o F + _ F I � + O r n O Ho m I w�&z- � z � cgs O U) LU LU g c�Qo Q z w o w<n J u vi 3 wa T m I � m z �® I W �I +� w x ti w I orc w� mr a W w + 91 o j II (£S 133HS 33S) (133HS SIHl 33S) OL+8'V1S 3NI3 HO1VA 09+£l'V1S 3NII HO1VA saoinaag 6uuaau;6u��o ;uaw3�r daQ £'Md1d 1(IOAv 43DHV�N3 u) ba3yy SVX31 30N3d Aiidn33S 313HONOD w .5 g 4 �/���Q�� /ISINHJ Sndaoi do Ails L 3SVNd•3ON3i 313MONOO AjjunD3S 1NVld 1N3W1V3L1 U31VM SN3A31S'N'O Nouaiaos3a 7 3iea oN N01113a Noudiaas3a ne 3iva ON Nasin3a (133HS SIH1 33S) 0£+£Z'V1S 3N13 HO1VW — — 8 0 _ 13 o 0)+(9S 133HS 33S) w � Z'V1S 3 NI lH S 1VW N� EP EP 4 212 12 --------- t \ ffi h w - i xo i a 4 wa i _ "pnepmw® m III HE H z Io �v z II I EL 5 M v +„ 00 ON 0 _ 0 gr 4 Dw x gr LU C7 I EP \, N N Z F Z F W n W n 0 �m o m = a \ VA ffi ag s o� \� - � - F - - - - xg I.w w W G3 to q 1 w \ o w, o 3 E (bS 133HS 33S) / 00+91'V1S 3N13 HO1VW saoinaag 6uuaau;6u��o ;uaw3�rdaQ V-NVId1(IOAVI439UVlN3 In ba3yy SVX31 30N3d Alldn33S=83N00 IISINHO Snd2100 do AiloLo L 3SVNd•3ON3i 313MONOD AjjunD3S 1NVld 1N3W1V3L1 U31VM SN3A31S'N'O Nolialaos3a 73iea oN Nolsm3a Nolidlaas3a ne 3iva -ON NNSIA3a (133HS SIHl 33S) 6Z+b£'V1S 3NIl H31VW T-__-�-- (LS 133HS 33S) 6Z+6£'V1S 3NIl H31VIN I s Ea e l� - I �� Ip I 8 I .�oo zQ 4 0l IIa I I I � r I I I - � III �I �o aN > » M f u I - + I - I �z � w V I Q _ I I b M w } I 03 o 5LU w� _ + w„ I t (n O OmJ wa II Z� .j o pa g'o wu> Imo III qll �� o ono ¢�� aNs g o � t-m 1 -� I 1 I w U) J ag 8 Q Ld I zl a - �a® o I I 8 n(H - I II I - - w W I aJ I - I I I 1 I.. I`I 1 I II I I I I J Ew f3 - - I I � � I I 4 - h �1 I I I� Z �y I .9 I e'-4v4n 15•_0• 15•_p• 15-p° 10- 1 II 1 I I II 1 I v S (A3 HS SIHl 33S) � S 133HS 33S) OL+LZ'V1S 3Nll H31VW 6Z+bE'V1S 3NI1 H31VW ,� saoin3ag 6ui�aaui6u� �0 3uaw3�odaQ 9-Md1d ino),v 439HV�N3 �n g SVX31 3ON3d.l1IHf1O3S313HONOO O ye 'b s Vbbf1C]bl� ilsiaHo sndaoo ea ,11l0 _ LO �s m c�o .Y°r�=M CIL 3SVNd 30N3J 313UDNOD A11tl003S 1NVld 1N3W1V3L1 U31VM SN3A31S'N'O N NoildiaDs3a 7 1 ON N0I7737 NO lid Id- 19 3111 ON NOISN38 133HS SIHl 33S) 06+bb'V1S 3NIl HO1VW N — a�l € � gggg 6 ww a z. _ I V�E F 5 a 9 4 z w � o - - Ep w _ � �E x w wa w w w I zz,U �_ z �e �e I 3 5 rL � 4 e� who C I N r 8rc Src r �8 uE _ o c w Pc w olZ co a - ❑ o gri O (If �. a d / a i U+R / Diu o cs cs 0) w a � Q 3Q� �� �: �: "e zr zwr ' �= i w cn I � I I �x b\ I m E I:,w o �w8 i i i w IJ I II 4 } i - I - V% - I Y li o III / Y V W W (n I U i W—_ �m 8 j •a w LU N x w I i r og w aLU 8 w o oLyNo �zW� w> - I �N z�a8 - - - - w I w w wa 1S 08Vd03l (9S 133H S 33S) 6Z+6£'V1S 3NII HO1VW saoinaag 6uuaau;6u��o ;ua w3�r daQ LO ba3yy SVX31 S31111NVAO NWn-loo'8 H31d H g 4 YSSflQSy IIS/dHJ Sndaoi do Ails Lo a a L 3SVNd•3JN3i 313tl:1N00 All tlfl03S 1NVld 1N3W1V3tl1 U31VM SN3A31S'N'O Nouaiaos3a ,� 3iea oN N011111 NOUNDSN ne 37a -on Noisin3a B m az �. 2 iyo .< a z�o 0 R� od wW} N U F n a2zo zmp WNW UCl i 9FIT I aaasa�sasa %�aaa����wa �^saM� w� A R R R R R R$R R R B w m o m m g m m�e N ,< .. ...... .... V Jw ry n 6 8F n �sn _ g R w e 9 n g n n B e r T e r T m n+m n n Y' IT r n $ 7:7§$n $ $ S S$ S r n 7 w m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m w N e SIT gz 8 N � Q wi �� 444444444444444444`7444444444444444444Y44444`7444 � mmmmmmm�mm�mmmmmmmmmmmmmmmmmmmmmmmmmmmmm�mm�mmm B = Q,a 6 0 - t......IT.................. ��«ter«ter N i g= 8 8 8 8 8 8 8 8 8.8 8 8 8 8 8 8 8 8 8 8 8 8.8 8.8.8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 h � of A 7 e m d J d d"d 8 R R R R R S F,9 B $$$F F F F S F F 3 F F F F F F F F wm m. . . . . . . . . . . . m m m m m m. . . . . . . . . . . . . . . . m m m m. . . . . . �. 3� 8 I� p -r��r�r r r r r r r n r r�r r�r r r r��r ry N r ry N r�r r r rT r� FF 88888� N �� � 8 _ saoinaag 6uuaau;6u��o ;uaw3Nr daQ L'SllV13G'R SNOU33S u) ba3yy SVX31 MmOO 33N33),iiun33S 3AHON00 p 3 .5 g 4 YSSflQSy IISINHJ S11d210i do ,llliLo a a j" � L 3SVNd•30N3i 313tl:LN00 Al1tlfl03S 1NVld 1N3W1V3tl1 U31VM SN3A31S'N'O Nolldlaos3a 731ea oN Nolsm3a Nolldlaas3a ne 31va -ON NNSIA3a W w wNoo yo Q w ydy'6 " V -m �oa ^ 8 °so�y N w ]rcio w� e = �C�zm sae m� m N�n 039N3.9-�C "�]� C) z 8 3oig mw ��� a a:CS uE�, � a o w SSS 06:�= a €- zd m�i aa31d .cfIIIW Q „63= m8m m"m Z a tee , m aE o o RFzw R x a o � _ �w a. a o u m mW 8�jy qxY o you no mz6o^° a bog m ..agg 8 s m` Sm�• U �ws 3x a 0 6= arc a maZ. 4u m• �oU�w`m^'� "s� osooB tS N € �� po w88 ww o 'a3ew3bo u N„ 5Q '139W3 '039Y13 b�od .9-�[ wa �g a maam�ms ce v8 aw== zOw 3 n sm>mm -ipogg H Mml p9 2-2 g ms9 m=pia z.n m =14� <€m m c�i a g� 8 I'I 039N3 Q a� 6;0H a a d0A'N31d it o ago ..z IL wok m 3ma \ - a am ' 14 IL Q2M m usms sa == z om ,ro �8 8 u4z. = � s 8Qm a G p-z \- �w L11 y .H6. uni m�6gw eJ rlu inn tgz ZS�§mzd �u�rc� FZl13813,9-,C M2 03— •Z C f ,> O J Q d w 7� Q w o a w J rr € N H �wu 13w03113—0 a »4 " H1d30 tl31d d01 55 13 HS NO 531l103N05 335 M Z 9d bppi J�8 F�Z. z eo Fa m�z Nm$ om m�e >;m� III—I. LL% ��y" _ €a =11=III=1.. 8 ¢Q„ '�{ w�o4 ao@ III=III=1. 8b! Sb! w5N 8"w K 3 11=III=III= g� wj III=III o'= m Z :::; w :;€ : Z an 8 C 30Nd5 dVl IIIIIIIIIIIIIIIIII z ,£„£ %bri'0'0,Zl O ONI0Vd9 139 3LL 'XYri'0'0,6 O ONIOtld9 J3S 3LL rZ=III C — 03 03 .4 SNOO W 80A Nlld 335 ,0-,OL 80„0-.1 saoinaag 6uuaau;6u��o ;uaw3OrdaQ Z-SIVA(]'BSN0003S u� ba3yy SVX31 MmOO 30N33 illl'dn33S 3AHONOO p o �s g 4i YSSflQSy IISINHO SOd2100 do J.110 _ Lo L 3SVNd•3JN3i 313tl:1N00 Al1tlfl03S 1NVld 1N3W1V3tl1 U31VM SN3A31S'N'O -ldmos3a ON N-1— NOudIdDSN ne 3iva -ON N-1— � � v .B l .6 rc ti^ i in � J z O J LU O 'd W Cc 1 O zo J w W m d a,N �a .e .oL ao^ado me nQ^ a— g m 6 6 & 6 NN� 16. 1 81 z 5 i O Gam' J J U m OU o N1� � W Ir WLU � 5 H LU c Di 931f103H35 m P BS'3H9 NO pp 339 F E. a .tl.3lBNtl G ��n es , a� p z� m n w N e U W _ � J Z r� Q l V J Q O — — U U 6 r EL Q W $ o o 6 3 saainaas 6uuaau;6u3 do ;uaw3�r daQ SlIVl34�3NVd W_ aa3yy SVX31 30N3d Allafl33S=83NOD 95 4 t/�J�J�Q�Jd IISINHJ sndboo eo ,1110 L 3SVNd•301143i 313tl9N00 A11tl003S gog ������ ""1QS 1NVld 11143111 U31VM SN3A31S'N'O Nouaiaos3a ,� 3iea oN N-l— NOUINDSN ne 3iva -ON N-1— �J J m SW 'a- W J zu 72 V V V V VCC Z W tj W ry EN< Q a W p o� Fa N z� > zp�o w W po Q aoo p p c7 z; GG rc U egFd �.O -A y W ..z F o� Z LU a U CUE Z W 5 ¢ J V W Z Q o ino LL i L ¢aA o U w w r ' W Im U 0 0 Z fi ___ _______________ --m_ O o_ i Lcn 'J ulml, a w a ¢ gw a J Z N Q a w Z <w W 4w LL o l _ < W } C J LU X V F W d J W H _ Q n a€ Q o F- LUti T - U ¢ LJ I W o J Z $ W ¢ O Q N EL U Z F U LJ L_J F ¢„ LU �. a U= w Q\ ¢ U_ a CL IIIEIi, j wWu B - wWw 6 " MITI- a ------------------- Im- - - -m-m Iv— IE111-V a Th'M H'JIH,8 O.B-,L 1itlM H�IH Al O.6-.8 ,�= saoinaag 6uuaau;6u��o ;uaw3dr daQ L'SIVAG 30N3J u) `-. s ba3yy SVX31 NVdS rJNOI 111af133S 313aON0O /IS/dHo sndboo jo ,olioCIL , L 3SVNd•30N3J 313MONOD A11tl003S e=e vvh=�� °"' ` ""QS 1NVld 1N3W1V3L1 U31VM SN3A31S'N'O NOI1dIaDs3a A9 31Y0 'ON NI— NOI1d18CS34 AB 31Y4 -ON N-1- 9 .0—,9 ,o—,9 ew d I lEiil I EITIIriI'I_ — gz�_ _ II II 6 I I ^LY w LEM I I � Q I I w I x Z 0 0 Z g Y a I I p r Z p p 'g 8 W $ Q w 3, J $ aq II I Q a � Q o wg"�f LL w I I U ry �oH qq t0 7RR LL e I YN39 II gg Q N IL g II � I III I � � m e e I I ------ ---------- m I ! \ I s mm� d InTI-I ew �a z7g saoinaag 6uuaau;6u��o ;ua w3Or daQ Z-SlIV134 30N3d u) ba3yy SVX31 NVdS 9NOI illwn33S 313HONOO YSSflQSy IIS/dHJ S11daoi to ,llli _ a``' � L 3SVNd•30N3i 313MONOD AjjunD3S 1NVld 1N3W1V3L1 U31VM SN3A31S'N'O a NOlidlaos3a 73ivaoN Nolsm3a NOlidlaas3a ne 3iva -ON NNsln3a o� w� m3n J Q n AV e/Jy ❑ ON Jw o a LU III �F ❑z u 1=. N H .Z .9 � rc 1N3W039N3 13N00.9-,9 �tlg SH� g N �u -I I +1� F [ I � .o-j s Ic 8 w--�;ry ___ O T w S' 3 r `� I II II �� ;moo �� Z�. --dam e w�r Ii1 1II3 11 U I _ u I-I tz n - Q„ --- --- yy X� J ew� _¢ N a a aII � U ❑ U Q - - } _ _ o as z _ �3� �3ew w moo w li I I ado � � J °QVj oQ LU a an a �� - - - - ----- - - Q Um LU I-- a I s � '039N3 I Mild T nl dr .Z .µ f C C 11 I I NIN.OL I �D u II II .0 I _L_____________ -___----------- I\ImI\I =m- .o-,r z7g saoinvag 6uuaau;6u��o ;uaw3NrdaQ E'STV134 30N3d Ln ba3yy SVX31 NVdS 9NOI illwn33S 313HONOO YSSflQSy IIS/dHJ SOdaoj to Ailo _ a`` L 3SVNd•3JN3i 313tl:LN00 Al1tlfl03S =osog o' 1NVld 1N3W1V3tl1 U31VM SN3A31S•N•O a Nouaiaos3a 7 3vva oN N01113a Noudiaas3a ne 3vva ON Nasin3a g YJ pww� n J I QQ2 I G I � Q w F Q Z U I F P U wa � I Z ' g O NWmm TMM a3w m Q w co w Q r$ Z LU W eML) o m a_ <1J 'M1D,Z Jb n Z ZI 12 U a � � U CaW OU� way �LL e 'YID,Z as u mho �wg �`u uumo� ow .0-.f NWfIIDD 6� 25.32 WY3fi nBM Q v✓n u \ .�LL 3 Q w w CO CO .l.n1B'tlID.Z g Z m Z Q Q 9 ow w a Z 'ifl'J„Z J�w � mnl0 rc� Sm Qi oQF q WP3fi in •M'i q NWmOD