Loading...
HomeMy WebLinkAboutC2016-277 - 5/24/2016 - Approved 2016-277 5/24/16 M2016-055 Grace Paving and Construction 00 52 23 AGREEMENT This Agreement,for the Project awarded on May 24,2016 is between the City of Corpus Christi(Owner) and Grace Paving and 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: IDIQ MINOR STREET IMPROVEMENTS PROJECT—PART 2 PROJECT NO.E16250.E16251, ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: ECMS,LLC Felix H.Ocanas,Jr.,P.E. 5001 Oakmont Drive Corpus Christi TX 78413 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk,P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,#S Corpus Christi TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 365 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. (NOT USED) 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 Agreement 00 52 23-1 I01Q Minor Street Improvements Project,PN E16250,E16251,,616262rQ16253 Rev 01-13-2016 INDEXED Owner will suffer financial Toss 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 15.06 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 13.03 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 (Part 2) $ 1,831,369.84 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 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. Agreement IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 005223-2 Rev 01-13-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 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 15.06 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. 6.02 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. 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; Agreement IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 005223-3 Rev 01-13-2016 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. 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. Agreement IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 00 52 23 - 4 Rev 01-13-2016 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 13.01 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. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. 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. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City Agreement IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 005223-5 Rev 01-13-2016 ATTEST CITY OF CORP LA—e v'l Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: J. et L. Kellogg Assistant City Attorney J.H. Edmonds, P.E. Director of Engineering Services ATTEST (IF CORPOR)/ � ION) CONTRACTOR n 7? /2( Grace Paving ndConstr ct9n, Inc. / (Seal Below) By: 1 't -y Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer P Title: sECi TA V 4237 Baldwin Blvd. Address Corpus Christi, Texas 78405-3324 City 361/883-3232 State Zip Phone Fax gracepaving@aol.com EMail END OF SECTION Agreement 00 52 23 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by Grace Paving And Construction, Inc.(type orprint name of company) on: [TBD] for IDIQ MINOR STREET IMPROVEMENTS PROJECT, PROJECT NO. E16250, E16251, E16252, E16253. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.civcastusa.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid — IDIQ Minor Street Improvements Project, Project No. E16250, E16251, E16252, E16253 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Sigr}/a)ture Ac wled - g -Receipt 1 03/24/16 Bid Acknowledgement Form IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 003000-1 Rev 01-13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder 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. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder 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. 3.08 The Bidder 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. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 003000-2 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BiDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 4516 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 003000-3 Rev 01-13-2016 ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to be finally completed within 365 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. 6.02 Bidder agrees that the Work will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 —VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must indude their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. Bid Acknowledgement Form IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 003000-4 Rev 01-13-2016 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: Grace Paving And Construction, Inc. (top printed full legal name of Bidder) (individual's signature) Eddie M. Ortiz (typed or printed) President / CEO State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Texas (typed or printed) (individual's signature) 74-2980782 4237 Baldwin Blvd. Corpus Christi, Texas 78405-3324 361-883-3232 Email: gracepaving@aol.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 003000-5 Rev 01-13-2016 DO 30 01 BID FORM EXHIBIT A Project Name: IDIQ Minor Street Improvements Project UNIT U RICE Qu EXTENDED AMOUNT Project Number. E16253 East lA & E16252 East 1B 1A -A1 Mobilization/Bonds/Ins/ (not to exceed 5% -total bid) Crack Seal, 0-1" wide Owner. City of Corpus Christi $ 57,770.00 1A -A2 / Bidder. 0 $ 350.00 $ 98,000.00 1A -A3 OAR: D 93 $ 550.00 $ 51,150.00 Designer. ECMS, LLC Felix H. Ocanas, Jr., P.E. Cement Stabilized Base with - 96 ' - t - xisting limestone base, 3-6", complete in place _ • _ 5 $ 250.00 Basis of Bid for Part lA & 1B - East of Ayers Street Item DESCRIPTION UNIT U RICE Qu EXTENDED AMOUNT Base Bid E16253 East lA Part 1A -A- General (per SECTION 012901 MEASUREMENT AND BASIS FOR PAYMENT) 1A -A1 Mobilization/Bonds/Ins/ (not to exceed 5% -total bid) Crack Seal, 0-1" wide LF $ 57,770.00 $ 57,770.00 1A -A2 Traffic Control, Residential Streets D 0 $ 350.00 $ 98,000.00 1A -A3 Traffic Control, Arterial Streets D 93 $ 550.00 $ 51,150.00 1A -A4 Ozone Days Cement Stabilized Base with - 96 ' - t - xisting limestone base, 3-6", complete in place _ • _ 5 $ 250.00 $ 1,250.00 SUBTOTAL PART 1A A - GENERAL (Items 1A -A1 thru 1A -A4) $ 208,170.00 Part 1A•B - STREET IMPROVEMENTS (per SECTION 0129 01 MEASU ' :4, • p siS FOR PAYMENT) 1A -B1 Seal Coat, per single course SY 1,600 $ 2.95 $ 4,720.00 1A -B2 Crack Seal, 0-1" wide LF 1,000 $ 1.30 $ 1,300.00 1A -B3 Planing (Milting), 2" 1,000 to 2,000 SY minimum per Delive rder SY 1,600 $ 3.98 $ 6,368.00 B4 Planing (Milling), Additional 1" 1000 to 2,000 SY minimum per 1 - I • r SY 1,600 $ 3.70 $ 5,920.00 1A -B5 Cement Stabilized Base with - 96 ' - t - xisting limestone base, 3-6", complete in place _ • SY 700 $ 4.72 . $ 3,304.00 lA-B6 Pot Hole Crew: Provide a 3 -ma p • hole repair crew to include labor, materials, equip • - nt & incidentals 8 -Hr. Day 80 $ 1,542.00 $ 123,360.00 1A -B7 HMAC, Type "D" material fo • • of hole repair, TxDOT Standard Specification fo • Construction Item 340, including SS 1 emulsion for to • oat Ton 760 $ 78.48 $ 59,644.80 1A-B8 All -Season Pre -Co - ed Patching mixture (ASPPM), TxDOT DMS 9202.5, in .• uding SS1 emulsion for tack coat Ton 760 $ 148.24 $ 112,662.40 1A-139 Allowance - r Unanticipated Street Improvements L5 1 $ 20,000.00 $ 20,000.00 Range 1 to 100 SY - • calized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair ' sing asphalt concrete (HMAC). Items 1A-810 to 1A-814 1A -B10 S :: rade Repair up to 4-6" Depth (lime stabilization 6%) SY 100 $ 12.95 $ 1,295.00 1A-1311 = - e Repair, Upper 2" Depth (Limestone) SY 3,000 $ 10.42 $ 31,260.00 1A -B1 Base Repair, Additional 1" Depth (Limestone) SY 6,000 $ 6.73 $ 40,380.00 1A-1 Surface Treatment Repair Upper 2" HMAC SY _ 3,000 $ 18.20 $ 54,600.00 -• -B14 Surface Treatment Repair Additional 1" Depth HMAC SY 3,000 $ 10.20 $ 30,600.00 00 30 01 Bid Form Exhibit A DIQ Minor Street Pavement Improvements Project #E16253 East 1A #E16252 East 1B Page 1 of 5 Rev 03-02.2016 10 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED ANTITY UNIT PRICE EXTENDED AMO Range 100 to 250 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base a : surface treatment/repair using asphalt concrete (HMAC). Items 1A -B15 to 1A -B19 1A -B15 Subgrade Repair up to 4-6" Depth (lime stabilization 6%) SY 100 $ 14.93 $ 1,493.00 1A -B16 Base Repair, Upper 2" Depth (Limestone) SY 2,400 $ 11.36 $ 27,264.00 1A-1317 Base Repair, Additional 1" Depth (Limestone) SY 7,000 $ 7.71 53,970.00 1A-818 Surface Treatment Repair Upper 2" HMAC SY 6,000 $ 19.35 $ 116,100.00 1A -B19 Surface Treatment Repair Additional 1" Depth HMAC SY _ 6,000 $ 11. • _ $ 66,960.00 Range 250 surface treatment/repair to 1000 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadwa , subgrade, base and using asphalt concrete (HMAC). Items 1A-820 to 1A-824 1A -B20 Subgrade Repair up to 4-6" Depth (lime stabilization 6%) SY 112 $ 13.22 $ 1,480.64 1A -B21 Base Repair, Upper 2" Depth (Limestone) SY 6,000 11.37 $ 68,220.00 1A-822 Base Repair, Additional 1" Depth (Limestone) SY • 1 1 # $ 7.41 $ 44,460.00 1A -B23 Surface Treatment Repair Upper 2" HMAC SY 6,', I , $ 19.21 $ 115,260.00 1A-824 Surface Treatment Repair Additional 1" Depth HMAC r • 00 $ 11.10 $ . 66,600.00 SUBTOTAL PART 1A B - STREET IMPROVEMENTS (items 1A -B1 thru 1A -B24) n l $ 1,057,221.84 Pact 1A -C - ADA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND SISfe AYMENT) 1A -C1 New ADA Curb Ramp: Concrete Curb Ramps, meeting requirements, complete in place SF 300 $ 15.14 $ 4,542.00 1A -C2 Remove & Replace ADA curb ramp: Removal & R ac t of ADA ramps not in compliance w/ TDLR SF 300 $ 19.67 $ 5,901.00 SUBTOTAL PART 1A -C - ADA IMPROVEMENTS (1A -C1 THR $ 10,443.00 Part 1A -D - DRAINAGE IMPROVEMENTS (per SECT! N 0129 011 UREMENT AND BASIS FOR PAYMENT) 1A -D1 Removal & Replacement of Cur & Gutter omplete in place LF 1,000$ 30.09 $ 30,090.00 1A -D2 Removal & Replacement o r' y proaches, complete and in place SF 1,000 $ 726 $ 7,260.00 1A -D3 Removal & Replacem nt f Iks SF 500 7.91 $ 3,955.00 1A -D4 Storm Water Manhole 1 over Adjustment, w/new Manhole Ring and Cove embly w/new Concrete Height Adjustment Rings & w/ oncrete Collar, complete in place Each 5 ,$ $ 1,157.00 , $ 5,785.00 SUBTOTAL PART 1A -D - DRAINAG PROVEMENTS (1A -D1 THRU 1A -D4) $ 47,090.00 Part IA -E - WATER IMRO (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1A -E1 Water Valy ox Adjustment w/ Concrete Collar, complete in place Each 5 $ 757.00 _ $ 3,785.00 SUBTOTAL PART - WATER IMPROVEMENTS (1A -E1) $ 3,785.00 Part 1A -F W ATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring & Cover Adjustment, including New Manhole Ring & Cover Assembly w/ new HDPE Height Adjustment Rings, Stainless Steel Inflow Inhibitor and w/ Concrete Collar, complete in place Each 5 $ 1,234.00 $ 6,170.00 ;UBTOTAL PART 1A -F - WASTEWATER IMPROVEMENTS (1A -F1) $ 6,170.00 )0 30 01 Bid Form Exhibit A )iQ Minor Street Pavement Improvements Project #E16253 East 1A #E16252 East 1B Page 2 of 5 Rev 03-02-2016 DO 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED Base Bid E16252 East 1B Part 1B4 -General (per SECTION 012901 MEASUREMENT AND BASIS FOR PAYMENT) 1B -Al Mobilization/Bonds/Ins/ (not to exceed 5% -total bid) LS 1 $ 57,770.00 $ 57,770.00 1B -A2 Traffic Control, Residential Streets Day 130 $ 475.00 $ 61,750.00 1B -A3 Traffic Control, Arterial Streets Day 130 $ 575.00 = 74,750.00 18-A4 Ozone Days EA 2 $ 250.1 . $ 500.00 SUBTOTAL PART 1B -A - GENERAL (Items 1B -A1 thru 1B -A4) $ 194,770.00 Part 113.13- STREET IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PA ) 18-81 Planing (Milling), 2" 1,000 to 2,000 SY minimum per Delivery Order SY 1, $ 3.98 $ 3,980.00 1B -B2 Planing (Milling), Additional 1" 1000 to 2,000 SY minimum per Delivery Order S $ 3.78 $ 3,780.00 1B -B3 Cement Stabilized Base with 4% Cement, existing limesto a S base, 3-6", complete in place per SY _ 300 $ 5.90 $ 1,770.00 1B -B4 Allowance for Unanticipated Street Improvements LS 1 $ 20,000.00 $ 20,000.00 Range 1 to 100 SY - Localized Flexible Pavement Structure Rep . aw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 1B -B •,• • : -B9 1B -B5 Sub1rade Repair up to 4-6" Depth (lime -v-: bilization : ' •) SY 100 $ 24.22 $ 2,422.00 1B -B6 Base Repair, Upper 2" Depth (Limesto -) SY 1,500 $ 10.44 $ 15,660.00 1B -B7 Base Repair, Additional 1" Depth (- one) SY 1,500 $ 7.52 $ 11,280.00 18-B8 Surface Treatment Repair Uppe 2' H • SY 1,500 $ 18.17 $ 27,255.00 1B -B9 Surface Treatment Repair A . � iti na ' 'd epth HMAC _ SY 1,500 $ 10.15 $ 15,225.00 Range 100 treatment/repair to 250 SY - Localized Flexible • v =, - Structure Repairs with saw cutting existing roadway; subgrade, base and surface using asphalt concrete C). Items 1B -B10 to 1B -B14 1B -B10 Subgrade Repair up to 4-6" D:'th (lime stabilization 6%) SY 100 i 26.81 $ 2,681.00 1B -B11 Base Repair, Upper 2" Dep (Limestone) SY 1,000 $ 11.34 $ 11,340.00 1B -B12 Base Repair, Additional ' Depth (Limestone) SY 1,000 $ 7.70 $ 7,700.00 1B -B13 Surface Treatment • pair Upper 2" HMAC SY 1,000 $ 19.53 $ 19,530.00 1B -B14 Surface Treatme . Repair Additional 1" Depth HMAC SY 1,000 $ 11.17 $ 11,170.00 Range 250 surface treatment/re to 1000 SY - L • - lazed Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and ! - r using asphalt concrete (HMAC). Items 1B -B15 to 1B -B19 1B -B15 Subgra, - Repair up to 4-6" Depth (lime stabilization 6%) SY 100 $ 13.86 $ 1,386.00 1B -B16 : - = epair, Upper 2" Depth (Limestone) SY 1,700 $ 11.62 $ 19,754.00 1B -B17 :: se Repair, Additional 1" Depth (Limestone) SY 1,700 $ 7.38 $ 12,546.00 1B -B1; Surface Treatment Repair Upper 2" HMAC SY 1,700 , $ 19.35 $ 32,895.00 1B- : 9 Surface Treatment Repair Additional 1" Depth HMAC SY 1,700 $ 11.23 $ 19,091.00 SU • OTAL PART 1B -B - STREET IMPROVEMENTS (Items 1B -B1 thru 1B -B19) $ 239,465.00 0030 01 Bid Form Exhibit A DIQ Minor Street Pavement Improvements Project #E16253 East lA #E16252 East 1B Page 3 of 5 Rev03-02-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AM Part 184 - ADA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 18-C1 New ADA Curb Ramp: Concrete Curb Ramps, meeting TDLR requirements, complete in place SF 400 $ 14.75 $ 5,900.00 1B -C2 Remove & Replace ADA curb ramp: Removal & Replacement of ADA ramps not in compliance w/ TDLR SF 30 $ $ 5,501.00 SUBTOTAL PART 1B -C - ADA IMPROVEMENTS (1B -C1 THRU 1B -C2) / $ 11,801.00 'Part 1B -D - DRAINAGE IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BA S OII/A ENT) 1B -D1 Removal & Replacement of Curb & Gutter, complete in place Water Valve Box Adjust / Concrete Collar, complete in place LF 1,000$ 30.07 $ 30,070.00 1B -D2 Removal & Replacement of driveway approaches, co pl and in place 1,000 $ 7.26 $ 7,260.00 1B -D3 Removal & Replacement of Sidewalks 1 SF 500 $ 7.91 $ 3,955.00 18-04 Storm Water Manhole Ring & Cover Adjustor w Manhole Ring and Cover Assembly /new Co cr Height Adjustment Rings & w/ Concrete oiler, com to in place Each 2 $ 1,157.00 $ 2,314.00 SUBTOTAL PART $ 43,599.00 1B -D - DRAINAGE IMP1 (1 THRU 16-04) 'part 1B -E - WATER IMROVEMENTS ( E 129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1B -E1 Water Valve Box Adjust / Concrete Collar, complete in place Each 2 $ 757.00 $ 1,514.00 SUBTOTAL PART 1B -E - WATER IM OVEMENTS (1B -E1) $ 1,514.00 Part 1B-F-WASTEWA ROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1B -F1 Sancta ewer Manhole Ring & Cover Adjustment, including Ne anhole Ring & Cover Assembly w/ new HOPE Height djustment Rings, Stainless Steel Inflow Inhibitor and w/ Concrete Collar, complete in place Each 2 $ 1,234.00 $ 2,468.00 SU AL PART 1B -F - WASTEWATER IMPROVEMENTS (1641) $ 2,468.00 CO 30 01 Bid Form Exhibit A DIQ Minor Street Pavement Improvements Project #E16253 East 1A #E16252 East 16 Page 4 of 5 Ren 0302-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXPENDED yatiT PROJECT E16253 EAST 1A - BID SUMMARY - PART lA / SUBTOTAL PART 1A -A - GENERAL (Items 1A -A1 thru 1A -A4) 1 1 $ 1,869,801.841 $ 194,770.00 $ 208,170.00 SUBTOTAL PART 1A-13 - STREET IMPROVEMENTS (Items 1A -B1 thru 1A -B24) _ $ 239,465.00 $ 1,057,221.84 SUBTOTAL PART 1A -C - ADA IMPROVEMENTS (Items 1A -C1 thru 1A -C2) 1 $ 10,443.00 SUBTOTAL PART 1A -D - DRAINAGE IMPROVEMENTS (Items 1A -D1 thru 1A- $ 47,090.00 SUBTOTAL PART 1A -E - WATER IMPROVEMENTS (Item 1A -E1) $ 47,090.00 SUBTOTAL PART 1A F - WASTEWATER IMPROVEMENTS (Item 1A -F $ - 6,170.00 • 'TOTAL PROJECT BASE BI ARTS 1B -A THRU 1B -F) 1 1 TOTAL PROJECT BASE BID (PARTS 1A -A THRU 1A -F) Aso, t 1 1 1 is 1,376,184.84 PROJECT E . 252 EA '-1 ) :' BID SUMMARY - PART 1B SUBTOTAL PART 1B -A - GENERAL (Items 18- '. thru 1B -A4 1 1 1 1 $ 1,869,801.841 $ 194,770.00 SUBTOTAL PART 1B -B - STREET IMP • ,1V \ S (Ite = B -B1 thru 1B -B19) $ 239,465.00 SUBTOTAL PART 1B -C - ADA IMP'. i V: • (It, s 1B -C1 thru 1B -C2) $ 11,801.00 SUBTOTAL PART 1B -D - DRAINAG �'* , ENTS (Items 1B -D1 thru 1B -D4) $ 43,599.00 SUBTOTAL PART 1B -E - WATER IM •, o A' ENTS (Item 1B -E1) $ 1,514.00 SUBTOTAL PART 1B -F - WASTEW ' IMPROVEMENTS (Item 1B -F1) $ 2,468.00 • 'TOTAL PROJECT BASE BI ARTS 1B -A THRU 1B -F) 1 1 1 1 $ 493,617.00 TOTAL PROJECJ4ASE BID (PARTS East IA & East 1B) 1 1 1 1 $ 1,869,801.841 Contrt Times BiCler agrees to reach Final Completion in 1 1 365 1 Days 1 00 30 01 Bid Form Exhibit A DIQ Minor Street Pavement Improvements Project #E16253 East 1A #E16252 East 1B Page 5 of 5 Rev 03-02-2016 0030 01 BID FORM EXHIBIT A Project Name: IDIQ Minor Street Improvements Project UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Project Number: E16251 West 2A & E16250 West 2B 2A -A1 Mobilization/Bonds/Ins/ (not to exceed 5% -total bid) LS 1 Owner. City of Corpus Christi 2A -A2 Traffic Control, Residential Streets Day 280 Bidder. $ 98,000.00- 8,000.002A 2A-A3 A3 _ Day 93 OAR: $ 51,150.00 2A -A4 Ozone Days EA5 i $ 4.72 Designer. ELMS, LLC Felix H. ()canes, Jr., P.E. SUBTOTAL PART 2A -A - GENERAL (Items 2A Al thru 2A -A4) $ 208,170.00 70 $ 1,542.00 Basis of Bid for Part 2A & 2B - West of Ayers Street Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid E16251 West 2A !Pait2AA- General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A -A1 Mobilization/Bonds/Ins/ (not to exceed 5% -total bid) LS 1 $ 57,770.00 $ 57,770.00 2A -A2 Traffic Control, Residential Streets Day 280 $ 350.00 $ 98,000.00- 8,000.002A 2A-A3 A3 Traffic Control, Arterial Streets Day 93 $ 550.00 $ 51,150.00 2A -A4 Ozone Days EA5 i $ 4.72 $ 250.00 $ 1,250.00 SUBTOTAL PART 2A -A - GENERAL (Items 2A Al thru 2A -A4) $ 208,170.00 Part 2A -B - STREET IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A -B1 Seal Coat, per single course SY 1,600 $ 2.95 $ 4,720.00 2A -B2 Crack Seal, 0-1" wide LF 1,000 $ 1.30 $ • 1,300.00 2A -B3 Planing (Milling), 2" 1,000 to 2,000 SY minimum per Delivery Order SY 1,600 $ 3.98 $ 6,368.00 84 Planing (Milling), Additional 1" 1000 to 2,000 SY minimum per Delivery Order SY 1,600 $ 3.70 , $ 5,920.00 2A-135 Cement Stabilized Base with 4% Cement, existing limestone base, 3-6", complete in place per SY SY 700 $ 4.72 $ 3,304.00 2A-136 +Pot Hole Crew: Provide a 3 -man pot hole repair crew to include labor, materials, equipment & incidentals 8 -Hr. Day 70 $ 1,542.00 $ 107,940.00 2A -B7 HMAC, Type "D" material for pot hole repair, TxDOT Standard Specification for Construction Item 340, including SS 1 emulsion for tack coat Ton 660 $ 78.48 $ 51,796.80 2A -B8 All -Season Pre -Coated Patching mixture (ASPPM), TxDOT DMS 9202.5, including SS1 emulsion for tack coat Ton 660 $ 148.24 $ 97,838.40 2A -B9 Allowance for Unanticipated Street Improvements L5 , 1 $ 20,000.00 $ 20,000.00 Range 1 to 100 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 2A -B10 to 2A -B14 2A -B10 Subgrade Repair up to 4-6" Depth (lime stabilization 6%) SY 100 $ 12.92 $ 1,292.00 2A -B11 Base Repair, Upper 2" Depth (Limestone) SY 2,200 $ 10.42 $ 22,924.00 2A -B12 Base Repair, Additional 1" Depth (Limestone) SY 4,400 $ 6.77 $ 29,788.00 2A -B13 Surface Treatment Repair Upper 2" HMAC SY _ 2,200 $ 18.11 $ 39,842.00 2A -B14 Surface Treatment Repair Additional 1" Depth HMAC SY 2,200 $ 10.20 $ 22,440.00 D0 30 01 Bid Form Exhibit A DIQ Minor Street Pavement Improvements Project #E16251 West 2A #E16250 West 2B Page 1 of 5 Rev 03-02.2016 OD 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNITESTIPAA n° QUANTRange UNIT PRICE EXTENDED AMOUNT 100 to 250 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 2A -B15 to 2A -B19 2A -B15 Subgrade Repair up to 4-6" Depth (lime stabilization 6%) SY 100 $ 14.93 $ 1,493.00 2A -B16 Base Repair, Upper 2" Depth (Limestone) SY 2,400 $ 11.35 $ 27,240.00 2A-1317 Base Repair, Additional 1" Depth (Limestone) SY 7,000 $ 7.48 $ 52,360.00 2A-818 Surface Treatment Repair Upper 2" HMAC SY 6,000 $ 19.35 $ 116,100.00 2A -B19 Surface Treatment Repair Additional 1" Depth HMAC SY 6,000 _ $ 11.20 $ 67,200.00 Range 250 surface treatment/repair to 1000 SY - Localized Flexible Pavement Structure Repairs with using asphalt concrete (HMAC). Items 2A -B20 to saw cutting existing roadway; subgrade, base and 2A -B24 2A -B20 Subgrade Repair up to 4-6" Depth (lime stabilization 696) SY 112 $ 13.22 $ 1,480.64 2A -B21 _ Base Repair, Upper 2" Depth (Limestone) SY . 6,000 $ 11.37 $ 68,220.00 2A -B22 Base Repair, Additional 1" Depth (Limestone) SY 6,000 $ 7.41 $ 44,460.00 2A -B23 Surface Treatment Repair Upper 2" HMAC SY 6,000 $ 19.21 $ 115,260.00 2A -B24 Surface Treatment Repair Additional 1" Depth HMAC SY 6,000 $ 11.10 $ 66,600.00 SUBTOTAL PART 2A -B - STREET IMPROVEMENTS (Items 2A -B1 thru 2A -B24) $ 975,886.84 Part 214 • ADA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A -C1 New ADA Curb Ramp: Concrete Curb Ramps, meeting TDLR requirements, complete in place SF 300 $ 15.14 $ 4,542.00 2A -C2 Remove & Replace ADA curb ramp: Removal & Replacement of ADA ramps not in compliance w/ TDLR SF 300 $ 19.67 $ 5,901.00 SUBTOTAL PART 2A -C - ADA IMPROVEMENTS (2A -C1 THRU 2A -C2) $ 10,443.00 Part2A-D -DRAINAGE IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A -D1 Removal & Replacement of Curb & Gutter, complete in place LF 3,000$ 30.09 $ 90,270.00 2A -D2 Removal & Replacement of driveway approaches, complete and in place SF 2,000$ $ 7.26 14,520.00 2A -D3 Removal & Replacement of Sidewalks SF 1,000 $ 7.91 $ 7,910.00 2A -D4 Storm Water Manhole Ring & Cover Adjustment, w/new Manhole Ring and Cover Assembly w/new Concrete Height Adjustment Rings & w/ Concrete Collar, complete in place Each 10 $ 1,157.00 $ 11,570.00 SUBTOTAL PART 2A -D - DRAINAGE IMPROVEMENTS (2A -D1 THRU 2A -D4) $ 124,270.00 Part 2A -E - WATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A -E1 Water Valve Box Adjustment w/ Concrete Collar, complete in place Each 10 $ 757.00 $ 7,570.00 SUBTOTAL PART 2A -E - WATER IMPROVEMENTS (2A -E1) $ 7,570.00 00 30 01 Bid Form Exhibit A DIQ Minor Street Pavement Improvements Project #E16251 West 2A #E16250 West 2B Page 2 of 5 Rev 03-02.2016 0030 01 BID FORM EXHIBIT A Item DESCRIPTION UNITESTIMATED QUANMY UNIT PRICE EXTENDED AMOUNT Part 2A -F -WASTEWATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B -A1 2A -F1 Sanitary Sewer Manhole Ring & Cover Adjustment, including New Manhole Ring & Cover Assembly w/ new HDPE Height Adjustment Rings, Stainless Steel Inflow Inhibitor and w/ Concrete Collar, complete in place Each 10 $ 1,234.00 $ 12,340.00 SUBTOTAL PART 2A -F - WASTEWATER IMPROVEMENTS (2A -F1) Day 130 $ 475.00 $ 12,340.00 ase E16250 West 26 Part 2BeA-General (per SECTION 012901 MEASUREMENT AND BASIS FOR PAYMENT) 2B -A1 Mobilization/Bonds/Ins/ (not to exceed 5% -total bid) IS 1 $ 57,770.00 $ 57,770.00 2B -A2 Traffic Control, Residential Streets Day 130 $ 475.00 $ 61,750.00 2B -A3 Traffic Control, Arterial Streets Day 130 $ 575.00 $ 74,750.00 2B -A4 Ozone Days _ EA 2 $ 250.00 $ 500.00 SUBTOTAL PART 2B -A - GENERAL (Items 2B -A1 thru 2B -A4) $ 194,770.00 Part 28.8 - STREET IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B -B1 Planing (Milling), 2" 1,000 to 2,000 SY minimum per Delivery Order SY 1,000 $ 3.98 $ 3,980.00 2B -B2 Planing (Milling), Additional 1" 1000 to 2,000 SY minimum per Delivery Order SY 1,000 $ 3.70 $ 3,700.00 28-63 Cement Stabilized Base with 4% Cement, existing limestone base, 3-6", complete in place per SY SY 300$ $ 4.72 1,416.00 28-B4 Allowance for Unanticipated Street Improvements LS 1 $ 20,000.00 $ 20,000.00 Range 1 to 100 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and ,surface treatment/repair using asphalt concrete (HMAC). Items 28-85 to 2B -B9 28-85 Subgrade Repair up to 4-6" Depth (lime stabilization 6%) SY 100 $ 12.95 $ 1,295.00 2B -B6 Base Repair, Upper 2" Depth (Limestone) SY 1,000 $ 10.42 $ 10,420.00 28-87 Base Repair, Additional 1" Depth (Limestone) SY 1,000 $ 6.77 $ 6,770.00 28-88 Surface Treatment Repair Upper 2" HMAC SY 1,000 $ 18.11 $ 18,110.00 2B -B9 Surface Treatment Repair Additional 1" Depth HMAC SY 1,000 $ 10.80 $ 10,800.00 28-810 Subgrade Repair up to 4-6" Depth (lime stabilization 6%) SY 100 $ 14.93 $ 1,493.00 2B-811 Base Repair, Upper 2" Depth (Limestone) SY 1,500 $ 11.61 $ 17,415.00 2B -B12 Base Repair, Additional 1" Depth (Limestone) SY 1,500 $ 7.71 $ 11,565.00 2B -B13 Surface Treatment Repair Upper 2" HMAC SY 1,500 $ 19.67 $ 29,505.00 2B -B14 Surface Treatment Repair Additional 1" Depth HMAC SY 1,500 $ 11.16 $ 16,740.00 Range 250 to 1000 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and ,surface treatment/repair using asphalt concrete (HMAC). Items 2B -B15 to 2B-819 28-815 Subgrade Repair up to 4-6" Depth (lime stabilization 6%) SY 100 $ 13.22 $ 1,322.00 2B -B16 Base Repair, Upper 2" Depth (Limestone) SY 1,500 $ 11.51 $ 17,265.00 28-817 Base Repair, Additional 1" Depth (Limestone) SY 1,500 $ 7.72 $ 11,580.00 28-818 Surface Treatment Repair Upper 2" HMAC SY . 1,500 $ 19.59 $ 29,385.00 2B -B19 Surface Treatment Repair Additional 1" Depth HMAC SY 1,500 $ 11.10 $ 16,650.00 (SUBTOTAL PART 2B -B - STREET IMPROVEMENTS (Items 28-81 thru 28-B19) $ 229,411.00 00 30 01 Bid Form Exhibit A DIQ Minor Street Pavement Improvements Project #E16251 West 2A #E16250 West 2B Page 3 of 5 Rev 03-02-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Put 2B -C - ADA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B -C1 New ADA Curb Ramp: Concrete Curb Ramps, meeting TDLR requirements, complete in place SF 300 $ 15.14 $ 4,542.00 2B -C2 Remove & Replace ADA curb ramp: Removal & Replacement of ADA ramps not in compliance w/ TDLR _ •SF 300 $ 19.67 $ 5,901.00 SUBTOTAL PART 2B -C - ADA IMPROVEMENTS (26-01 THRU 2B -C2) $ 10,443.00 Put 2B -D - DRAINAGE IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B -D1 Removal & Replacement of Curb & Gutter, complete in place LF 1,000$ 30.09 $ 30,090.00 2B -D2 Removal& Replacement of driveway approaches, complete and in p SF 1,300 $7.26 $ 9,438.00 2B -D3 Removal & Replacement of Sidewalks SF 500 $ 7.91 $ 3,955.00 2B -D4 Storm Water Manhole Ring & Cover Adjustment, w/new Manhole Ring and Cover Assembly w/new Concrete Height Adjustment Rings & w/ Concrete Collar, complete in place Each 4 $ 1,157.00 $ 4,628.00 SUBTOTAL PART 2B -D - DRAINAGE IMPROVEMENTS (2B -D1 THRU 2B -D4) $ 48,111.00 Part 2B -E - WATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B -E1 Water Valve Adjustment w/ Concrete Collar, complete in place Each 5 $ 757.00 $ 3,785.00 SUBTOTAL PART 2B -E - WATER IMPROVEMENTS (2B -E1) $ 3,785.00 Part 2B -F -WASTEWATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B -F1 Sanitary Sewer Manhole Ring & Cover Adjustment, including New Manhole Ring & Cover Assembly w/ new HDPE Height Adjustment Rings, Stainless Steel Inflow Inhibitor and w/ Concrete Collar, complete in place Each 5 $ 1,234.00 $ 6,170.00 SUBTOTAL PART 2B -F - WASTEWATER IMPROVEMENTS (2B -F1) $ 6,170.00 00 30 01 Bid Form Exhibit A DIQ Minor Street Pavement Improvements Project #E16251 West 2A #E16250 West 2B Page 4 of 5 Rev 03-02-2016 0030 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT PROJECT E16251 WEST 2A - BID SUMMARY PART 2A SUBTOTAL PART 2B -A - GENERAL (Items 26 -Al thru 2B -A4) 1 SUBTOTAL PART 2A A - GENERAL (Items 2A -A1 thru 2A -A4) 1 $ 194,770.00 $ 208,170.00 SUBTOTAL PART 2A -B - STREET IMPROVEMENTS (Items 2A -B1 thru 2A-824) A $ 229,411.00 $ 975,886.84, SUBTOTAL PART 2A C - ADA IMPROVEMENTS (Items 2A -C1 thru 2A -C2) 1 $ 10,443.00 $ 10,443.00 SUBTOTAL PART 2A-0 - DRAINAGE IMPROVEMENTS (Items 2A -D1 thru 2A -D4) $ 48,111.00 $ 124,270.00 SUBTOTAL PART 2A -E - WATER IMPROVEMENTS (Item 2A -E1) $ 3,785.00 $ 7,570.00 SUBTOTAL PART 2A -F - WASTEWATER IMPROVEMENTS (Item 2A -F1) $ 6,170.00 $ 12,340.00 ` TOTAL PROJECT BASE BID (PARTS 2B -A THRU 2B -F) 1 TOTAL PROJECT BASE BID (PARTS 2A -A THRU 2A -F) 1 1 1 1 1$ 1,338,679.84 PROJECT E16250 WEST 2B - BID SUMMARY PART 2B SUBTOTAL PART 2B -A - GENERAL (Items 26 -Al thru 2B -A4) 1 $ 194,770.00 SUBTOTAL PART 2B -B - STREET IMPROVEMENTS (Items 2B -B1 thru 2B -B19) $ 229,411.00 SUBTOTAL PART 2B -C - ADA IMPROVEMENTS (Items 2B -C1 thru 2B -C2) 1 $ 10,443.00 SUBTOTAL PART 2B -D - DRAINAGE IMPROVEMENTS (Items 2B -D1 thru 2B -D4) $ 48,111.00 SUBTOTAL PART 2B -E - WATER IMPROVEMENTS (Item 2B -E1) $ 3,785.00 SUBTOTAL PART 2B -F- WASTEWATER IMPROVEMENTS (Item 2B -F1) $ 6,170.00 TOTAL PROJECT BASE BID (PARTS 2B -A THRU 2B -F) 1 1 1 1 $ 492,690.00 TOTAL PROJECT BASE BID (PARTS West 2A & West 2B) Contract Times Bidder agrees to reach Final Completion in 1 1 1 T 365 1 Days 00 30 01 Bid Form Exhibit A DIQ Minor Street Pavement Improvements Project #E16251 West 2A #E16250 West 2B Page 5 of 5 Rev 03-02-2016 00 30 02 COMPUANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. 0 Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of II( Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: Grace Paving And Construction, Inc. Xftel,11, ped or printed) (signature — attach evidence of authority to sign) Eddie M. Ortiz (typed or printed) President / CEO 4237 Baldwin Blvd. Corpus Christi, Texas 78405-3324 361-883-3232 Email: gracepaving@aol.com END OF SECTION Compliance to State Law on Nonresident Bidders IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 00 30 02 -1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER ASSIGNEDTOT — PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seg to do business with theyto provide the following information. Every question must be answered. I the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Grace Paving And Construction, Inc. P. O. BOX: STREETADDRESS: 4237 Baldwin Blvd. CW:Corpus Christi ZIP: 78405-3324 FIRM IS: 1. Corporation Er 2. Partnership 4. Association 5. Other 8 3. Sole Owner 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. Statethe names of each employee" of the City of Corpus 'h rich' having an "ownership interest" constituting 356 or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm" Name Title 3. State the names (Watch "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." NameN f Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subect of this contract and has an ownership interest" constituting 3% or more of the ownership in the above named "firm." Name, / 111- Consultant City of Carpus Christi Disclosure of Interest 003005-1 Rev 1-s3-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Eddie M. Ortiz nen President/CEO Signature of Certifying Person: DEFJNITIONS Date*11)/761 c� a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employedperson, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. E "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terns of venture or partnership agreements." g. "Consultant" Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of carpus Christi Disclosure of Interest 003005-2 Rev oi 13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: IDIQ Minor Street Improvements Protect Protect Number- E16250, E16251, E16252, E16253 Bidder certifies that it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: GracA Paving And r'onstrtiction Inc. (typed or printed) ,-; (sig'n'ature — attach evidence of authority to sign) Name: Eddie M. Ortiz Title: President /CEO Business address: Phone: (typed or printed) 4237 Baldwin Blvd. Corpus Christi, Texas 78405-3324 361-883-3232 Email: gracepaving@aol.com END OF SECTION Non -Collusion Certification IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 003006-1 11-25-2013 • CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-50843 Date Filed: 05/05/2016 Date Acknowledged: (g - /0" -01(. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Grace Paving And Construction, Inc. Corpus Christi, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide description of the services, goods, or other property to be provided under the contract. E16250, E16251, E16252, E16253 IDIQ Minor Street Improvements 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Trayler, Teri Corpus Christi, TX United States X Ortiz, Eddie Corpus Christi, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. �*?`:1-qc�': TERI TRAYLER(1 i'+1",'�: '_• A '+' MY COMMISSION EXPIRES �\"�''� �M .,. ' MARCH 18, 2018 Signature of authorized agent of contracting business entity AFFIX Sworn NOTARY STAMP / SEAL ABOVE to and subscribed before me, by the said C9-&1,--/-- LL! `tlib , this the 6 day of Cit4 __ , 20 / Cr , to certify which, witness my hand and seal of office. ii.f «r ( /L.i1 //L/�y[ [—fes , ��lrni.-iuo-Jltse.f,-/tiS42 Signature of officer admini eying oath Printed name of officr administering oath Title of officer administering oath ics Commission www.et ics.state.tx. us Version V1.0.1021 00 6116 PAYMENT BOND BOND NO, 1962874 Contractor as Principal Name: Grace Paving and Construction, Inc. Mailing address (principal place of business): 4237 Baldwin Blvd. Corpus Christi, TX 78405-3324 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E16250 & E16251 IDIQ Minor Street Improvements Award Date of the Contract: May 24, 2016 Contract Price: $1,831,369.84 Bond Date of Bond: JUNE 7, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: THE HANOVER INSURANCE COMPANY Mailing address (principal place of business): 10375 RICHMOND AVE., SUITE 1050 HOUSTON, TEXAS 77042 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: NEW HAMPSHIRE By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-243-7072 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name:SWANTNER & GORDON INS AGENCY LLC Address: 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address: memoore@higginbotham. net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E16250/E16251 IDIQ Minor Street Impr 00 61 16 -1 7-8-2014 Surety and Contractor, intending Bond to be duly executed on and Surety bind themselves, and severally to this bond. The all claimants providing labor required by the Contract then in full force and effect. Provisions 2253 and Chapter 2269 of the be determined in accordance at length herein. Venue shall to be legally bound and obligated to Owner do each cause this Payment its behalf by its authorized officer, agent or representative. The Principal and their heirs, administrators, executors, successors and assigns, jointly condition of this obligation is such that if the Contractor as Principal pays or materials to him or to a Subcontractor in the prosecution of the Work this obligation shall be null and void; otherwise the obligation is to remain of the bond shall be pursuant to the terms and provisions of Chapter Texas Government Code as amended and all liabilities on this bond shall with the provisions of said Chapter to the same extent as if it were copied lie exclusively in Nueces County, Texas for any legal action. Contractor as P cipal Signature: Surety Signature: _ d.e.6y,,/�j,rme.... Name: Eddie Ortiz Name: MARY LEN MOORE Title: President Title: ATTORNEY IN FACT Email Address: gracepaving@aol , com Email Address: memoore@higginbotham.net (Attach Power of Attorney and place surety seal below) • _, •, \ • END OF SECTION Payment Bond Form E16250/E16251 IDIQ Minor Street Impr 006116-2 7-8-2014 00 6113 PERFORMANCE BOND BOND NO. 1962874 Contractor as Principal Name: Grace Paving and Construction, Inc. Mailing address (principal place of business): 4237 Baldwin Blvd. Corpus Christi, TX 78405-3324 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E16250 & E16251 IDIQ Minor Street Improvements Award Date of the Contract: May 24, 2016 Contract Price: $1,831,369.84 Bond Date of Bond: JUNE 7, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: THE HANOVER INSURANCE COMPANY Mailing address (principal place of business): 10375 RICHMOND AVE., SUITE 1050 HOUSTON, TEXAS 77042 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: NEW HAMPSHIRE By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-243-7072 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety NameSWANTNER & GORDON INS AGENCY LLC Address: 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address: memoore@higqinbotham.net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E16250/E16251 IDIQ Minor Street Impr 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as P ' cipal Signature: Pi Surety Signature: / (j 3 -i /72,79/4 Name: Eddie Ortiz Name: MARY N MOORE Title: President Title: ATTORNEY IN FACT Email Address: gracepaving@aol.com Email Address: memoore@higginbotham. net (Attach Power of Attorney and place surety seal below) ' - -1 END OF SECTION Performance Bond E16250/E16251 IDIQ Minor Street Impr 006113-2 7-8-2014 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Steve Addkison, Mary Ellen Moore, Cathleen Hayles, Aaron J. Endris and/or Tricia Balolong Of Higginbotham & Assoc. Inc. of Corpus Christi, TX each individually, if there be more than one named, as its true and lawful attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No/100 ($30,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attomeys-in-fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attomeys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attomey and certification In respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981— The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company, Adopted September 7, 2001 — Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 17th day of February, 2016. THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ss. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY C*TIZENS)$SURANCE PANY OF AMERICA Robert Thomas. Vice President THE HANOVER INSURANCE COMPANY S J.. BAY , COMPANY 1 • 41 J4 . a✓_ GTT OF AMERICA On this 17th day of February, 2016 before me came the above named Vice Presidents • The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me pe sonally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. Diane J. ' o, Notary Public My Commission Expires March 4, 2022 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are .still -in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts; this .7TH day of JUNE, 2016 CERTIFIED COPY IMPORTANT NOTICE To obtain information or make a complaint: You may call Hanover Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-608-8141 You may also write: Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 221-4828 (7-07) AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numbero de telefono gratis de Hanover Insurance Company para informacion or para someter una queja al: 1-800-608-8141 Usted tambien puede escribir: Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 Puede communicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, Texas 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reciamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU POLIZA: Este aviso es solo para proposito de informacion y n se convierte en parte o condicion del documento adjunto. Hanover Insurance Groupe A�C)RD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 6/2/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(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(s). PRODUCER Higginbotham Insurance Agency, Inc. dba Swantner & Gordon Insurance Agency, LLC PO Box 870 Corpus Christi TX 78403-0870 CONTACT ' NAME: Renee Terrell PHONE FAX (A1C No FM.361-561-4237 I (Arc.Ne): 361-844-0101 aDSS. rterrell©higginbotham.net RIE INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A :Valley Forge Insurance Company 20508 INSURED GRACE33 Grace Paving & Construction, Inc. 4237 Baldwin Blvd. Corpus Christi TX 78405-3324 INSURER B :Continental Casualty Company 20443 INSURER C : 5084615983 INSURER D 7/12/2016 / " INSURER E : 51,000,000 INSURER F : COVERAGES 317497856 • THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TERM OR CONDITION OF ANY CONTRACT PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POUCY NUMBER POUCY EFF (_MM/DDIYYYY) POUCY EXP (MMIDD/YYYY) LIMITS A x COMMERCIAL GENERAL UABIUTY / 5084615983 7/12/2015 7/12/2016 / " EACH OCCURRENCE 51,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 5100.000 MED EXP (Any one person) 55,000 PERSONAL & ADV INJURY 51,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES JECOT- PER: LOC GENERAL AGGREGATE S2,000,000 PRODUCTS - COMP/OP AGG 52,000.000 S A AUTOMOBILE X X UABtUTY7/12/2015 ANY AUTO AUTOWNED HIRED AUTOS X SCHEDULED NON-0WNED AUTOS C5084615949,(Ea 7/12/2016 COMBINED SINGLE LIMIT accident) S 1,000,000 BODILY INJURY (Per person) S / BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) S S B UMBRELLA LAB EXCESS LAB I X OCCUR / CLAIMS -MADE C5084615952 7/12/2015 7/12/2016 EACH OCCURRENCE $5,000,000 / AGGREGATE $5,000,000 DED X RETENTIONS 10,000 5 A WORKERS COMPENSATION AND EMPLOYERS' UABIUTY ANY PROPRIETOR/PARTNERIF_XECUTII7E OFFICER/MEMBER EXCLUDED? (Mandatory In NH) I1 yes. describe under DESCRIPTION OF OPERATIONS below Y f N N N 1 A WC584615966 7/12/2015 7/12/2016PER OTH- X STATUTE ER / E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT 51,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Scheduto, may be attached If more space 1s required) See Attached... CERTIFICATE HOLDER CANCELLATION City of Corpus Christi - Engineering Services Attn: Sylvia Arriaga, Construction Contracts Mgr. PO Box 9277 Corpus Christi TX 78469-9277 ACORD 25 (2014/01) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD® AGENCY CUSTOMER ID: GRACE33 LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED Grace Paving & Construction, Inc. 4237 Baldwin Blvd. Corpus Christi TX 78405-3324 POUCY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Contractors General Liability Extension Endorsement - Form G -18652-J 07/12). General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. (Blanket Additional Insured - Owners, Lessees or Contractors - With Products - Completed Operations Coverage - Form G -140331-D 01/13). General Liability policy includes Primary & Non -Contributory on the Contractors General Liability Extension Endorsement - Form G -18652-J 07/12. Auto Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Contractors Extended BA Plus Coverage - Form CNA63359XX 04/12). Auto Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. (Designated Insured - Form CA 20 48 10/13). Workers' Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Texas Waiver of Our Right to Recover From Others Endorsement -Form WC 42 03 04 B 06/14). The Workers' Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Texas Notice of Material Change Endorsement - Form WC 42 06 01 07184). The General Liability policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Texas Changes - Amended Cancellation provision or Coverage Change - Form CG 02 05 12/04). The Auto policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Notice of Cancellation or Material Change Endorsement - Form CNA72315XX 02/13). Project E16250/E16251 ID/IQ Minor Street Improvements (Part 2) z' Owner: City of Corpus Christi ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 5002000835084615983460 CNA G -18652-J (Ed. 07/12) CONTRACTORS` GENERAL LIABILITY EXTENSION ENDORSEMENT It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. The changes this endorsement makes do not apply with respect to any coverage that has been excluded or amended by another endorsement attached to this policy. SCHEDULE Coverage is summarized below. For particulars and limitations affecting each coverage, please refer to the corresponding policy provisions in the body of this endorsement. / 1. Additional Insureds Seven additional insured extensions. 2. Bodily Injury — Expanded Definition 3. Broad Knowledge of Occurrence/ Notice of Occurrence 4. Broad Named Insured 5. Broadened Liability Coverage For Damage To "Your Product" And "Your Work" Limit: $100,000. 6. Contractual Liability — Railroads Expanded definition of "insured contract." 7. Contractual Liability For Personal And Advertising Injury 8. Electronic Data Liability Loss of Electronic Data Limit: $100,000. 9. Expanded Personal And Advertising Injury - Discrimination Or Humiliation 10. Expected Or Intended Injury Reasonable force — "bodily injury" or "property damage." 11. General Aggregate Limits Of Insurance - Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies Coverage for your interest in such terminated or ended organizations. 15. Legal LiabilitylAlienated Premises/Borrowed Equipment Coverage Extended perils. Default limit increased to $500,000 for Damage to Premises Rented To You. S25,000 limit for "property damage" to borrowed tools or equipment at a jobsite. 16. Liberalization Clause 17. Liquor Liability Coverage Extension 18. Medical Payments Limits increased to $15,000. Reporting increased to three years from the date of accident. 19. Non -owned Aircraft Coverage 20. Non -owned Watercraft Increased to 75 feet. 21. Primary And Non -Contributory To Other Insurance 22. Property Damage - Elevators 23. Supplementary Payments Cost of bail bonds increased to $5,000. loss of earnings increased to $1,000. 7Daily 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation - Blanket Waiver of subrogation where required by written contract or written agreement. 26. Wrap -Up Extension G -18652-J (Ed. 07/12) Page 1 of 11 Copyright, CNA All Rights Reserved. 1. ADDITIONAL INSURED SECTION II — WHO IS AN INSURED is amended to include as an insured any person or organization (called additional insured) described in paragraphs A. through G. below whom you are required to add as an additional insured on this policy under a written contract or written agreement, provided the written contract or written agreement: I. Is currently in effect or becomes effective during the term of this policy; and Ii. Was executed prior to the "bodily injury," "property damage" or "personal injury and advertising injury" for which the additional insured seeks coverage. However, we will not provide the additional insured any broader coverage or any higher limit of insurance than the least that is: a. The maximum permitted by law; b. Required in the written contract or written agreement; c. Afforded to you under this policy; or d. Described in the applicable paragraphs A. through G. below. A. Controlling Interest Any persons or organizations with a controlling interest in you but only with respect to their liability arising out of: 1. Their financial control of you; or 2. Premises they own, maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by you and covered under this insurance but only with respect to the co -owner's liability as co-owner of such premises. C. Lessor - Equipment 1. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury," "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person or organization. 2. With respect to the insurance afforded to these additional insureds, this insurance does G -18652-J (Ed. 07/12) not apply to any "occurrence" which takes place after the equipment lease expires. D. Lessor - Land An owner or other interest from whom land has been leased by you but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to lease that land; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. E. Lessor - Premises A manager or lessor of premises but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to be a tenant in that premises; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of a premises by you. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions A state or governmental agency or subdivision or political subdivision subject to the following provisions: 1. This insurance applies only with respect to the following hazards for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises you own, rent, or control and to which this insurance applies: a. The existence, maintenance, repair, construction, erection, or removal of G -18652-J (Ed. 07/12) Page 2 of 11 Copyright. CNA All Rights Reserved. 50020008350846159834643 IIMIMMM IMININI advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. The construction, erection, or removal of elevators; or c. The ownership, maintenance or use of any elevators covered by this insurance. 2. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. 3. This insurance does not apply to: a. "Bodily injury," "property damage" or "personal and advertising injury" arising out of operations performed for the A. federal government, state or municipality; or B. G -18652-J (Ed. 07112) (3) An executive officer or the employee designated by you to give such notice, if you are a corporation; or (4) A manager, if you are a limited liability company. NOTICE OF OCCURRENCE Your rights under this Coverage Part will not be prejudiced if you fail to give us notice of an "occurrence," offense, claim or "suit" and that failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not covered under this Coverage Part. However, you shall give written notice of this "occurrence," offense, claim or "suit" to us as soon as you are aware that this insurance may apply to such "occurrence," offense claim or "suit." 4. BROAD NAMED INSURED b. "Bodily injury" or "property damage" included within the "products -completed operations hazard." A governmental permit which requires you to add the governmental entity as an additional insured will trigger this Provision 1. as if the permit were a written contract. 2. BODILY INJURY — EXPANDED DEFINITION SECTION V— DEFINITIONS, the definition of "bodily injury" is changed to read: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury by that person at any time which results as a consequence of the bodily injury, sickness or disease. 3. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Condition 2. Duties in The Event of Occurrence, Offense, Claim or Suit of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE You must give us or our authorized representative notice of an "occurrence," offense, claim, or "suit" only when the "occurrence," offense, claim or "suit" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; B. C. Any subsidiary or affiliate organization, other than a partnership, joint venture or limited liability company, in which a Named Insured specifically shown in the Declarations has management control, directly or through one or more subsidiary organizations, at the time of Toss will qualify as a Named Insured but only if there is no other similar insurance available to such organization, nor similar insurance which would be available but for exhaustion of its limits. For the purpose of this provision, similar insurance means general liability or equivalent insurance, no matter whether its coverage is broader or narrower than that provided by this insurance. But if the only other similar insurance is for a "consolidated (wrap-up) program," then a subsidiary that qualifies as a Named Insured on such project -specific insurance can still qualify as a Named Insured on this insurance, but not for projects covered by the "consolidated (wrap-up) program." [Please see Item 26.C. of this endorsement for the definition of "consolidated (wrap-up) program."] This endorsement does not apply to any organization for which coverage is excluded by another endorsement attached to this policy. Only for the purpose of this endorsement: 1. Management control means: a. Ownership interest representing more than 50% of the voting, appointment, or designation power for the subsidiary organization's governing body; or b. Having the right, pursuant to a written contract, or pursuant to the by-laws, charter, operating agreement, or similar document of a specifically shown Named Insured or controlled subsidiary G -18652-J (Ed. 07/12) Page 3 of 11 Copyright. CIJA All Rights Reserved. organization to select, appoint, or designate a majority of the subsidiary organization's governing body. Such contract or document must have been created prior to the time of loss; or c. Having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer and sell property held by a trust. 2. Goveming body means the Board of Directors of a corporation. 3. Loss means: a. The occurring of the "bodily injury" or "property damage"; or b. The committing of the offense that caused the "personal and advertising injury." D. The insurance provided by this policy applies to Named Insureds when trading under their own names, or under such trading names or doing - business -as (DBA) names as any should choose to employ. 5. BROADENED LIABILITY COVERAGE FOR DAMAGE TO "YOUR PRODUCT' AND "YOUR WORK" A. Under SECTION 1 — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete exclusions k. and I. and replace them with the following: [This insurance does not apply to:] k. Damage to Your Product "Property damage" to "your product" arising out of it, or any part of it except when caused by or resulting from: (1) Fire; (2) Smoke; (3) Collapse; or (4) Explosion. 1. Damage to Your Work "Property damage" to "your work" arising out of it, or any part of it and included in the "products - completed operations hazard." This exclusion does not apply: (1) if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: G -18652-J (Ed. 07/12) (a) Fire; (b) Smoke; (c) Collapse; or (d) Explosion. B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence" because of "property damage" to "your product" and "your work" that is caused by fire, smoke, collapse or explosion and is included within the "product - completed operations hazard." This sublimit does not apply to "property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. This Provision 5. Broadened Liability Coverage For Damage To "Your Product" And "Your Work" does not apply if an endorsement of the same name is attached to this policy. 6. CONTRACTUAL LIABILITY — RAILROADS C. With respect to operations performed within 50 feet of railroad property, the definition of "insured contract" in SECTION V — DEFINITIONS is replaced by the following: "Insured Contract" means: a. b. c. d. e. f. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; A sidetrack agreement; Any easement or license agreement; An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; An elevator maintenance agreement; That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: G -18652-J (Ed. 07/12) Page 4 of 11 Copyright, CNA All Rights Reserved. 50020006350846159834644 NNW (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 7. CONTRACTUAL LIABILITY FOR PERSONAL AND ADVERTISING INJURY Under SECTION I — COVERAGE B —PERSONAL AND ADVERTISING INJURY LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion e. Contractual Liability. This provision 7. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 8. ELECTRONIC DATA LIABILITY A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: [This insurance does not apply to:j p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of "bodily injury." B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most we will pay under Coverage A for all damages arising out of any one "occurrence" because of "property damage" that results from physical injury to tangible property and arises out of "electronic data." C. The following definition is added to the SECTION V — DEFINITIONS: G -18652-J (Ed. 07/12) "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purposes of the coverage provided by this endorsement, the definition of "property damage" in SECTION V — DEFINITIONS is replaced by the following: 17. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data," resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For the purposes of this insurance, "electronic data" is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this Provision 8. Electronic Data Liability is part of, and not in addition to, that higher limit. 9. EXPANDED PERSONAL AND ADVERTISING INJURY - DISCRIMINATION OR HUMILIATION A. SECTION V — DEFINITIONS is amended to add the following to the definition of "Personal and advertising injury": h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) The insured; or (b) Any "executive officer," director, stockholder, partner, member or G -18652-J (Ed. 07/12) Page 5 of 11 Copyright, CNA AEI Rights Reserved. manager (if you are a limited liability company) of the insured; and (2) Not directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person or persons by any insured. B. Under SECTION I — COVERAGE B —PERSONAL AND ADVERTISING INJURY LIABILITY, Paragraph 2. Exclusions is amended to add the following additional exclusions: [This insurance does not apply to:] Discrimination Relating To Room, Dwelling or Premises Personal or advertising injury" caused by discrimination directly or indirectly related to the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any insured. Fines Or Penalties Fines or penalties levied or imposed by a governmental entity because of discrimination. This provision 9. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 10. EXPECTED OR INTENDED INJURY Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion a. Expected or Intended Injury and replace it with the following: [This insurance does not apply to:) a. Expected or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury' or "property damage" resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises you own or rent, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit, is the most we will pay for the sum of: 1. All damages under Coverage A, except damages because of "bodily injury" or G -18652-J (Ed. 07/12) "property damage" included in the "products -completed operations hazard"; and 2. All medical expenses under Coverage C, that arise from "occurrences" or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project Aggregate Limit of any other construction project. B. M: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by "occurrences" which cannot be attributed solely to ongoing operations at a single construction project, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project Aggregate Limit or the General Aggregate Limit, depending on whether the "occurrence" can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard," regardless of the number of locations involved will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations. E. If a single construction project away from premises owned by or rented to the insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. G -18652-J (Ed. 07112) Page 6 of 11 Copyright, CNA All Rights Reserved. F. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS Any action in rem against any vessel owned or operated by or for you, or chartered by or for you will be treated in the same manner as though the action were in personam against you. In rem is a term used to designate actions instituted against the thing, as distinct from actions against the person, which are said to be in personam. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE A. With respect only to "bodily injury" that arises out of a "health care incident," COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY OF SECTION I — COVERAGES is amended to replace Insuring Agreement Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to "bodily injury" only if you are not in the business of providing professional health care services, and only if: (1) The "bodily injury" is caused by an "occurrence" that takes place in the "coverage territory." For the purpose of this insurance: (a) "Bodily injury" caused by a "health care incident" will be considered caused by an "occurrence"; and (b) All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single "occurrence"; (2) The "bodily injury" occurs during the policy period. All "bodily injury"' arising from an "occurrence" will be deemed to have occurred at the time of the first act, error, or omission that is part of the "occurrence"; and B. With respect only to the insurance provided by this Provision 13., Exclusion 2.e. Employer's Liability of SECTION 1 — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, is amended to append the following: Only for "bodily injury" not covered by other liability insurance (including state -sanctioned self insurance) available to the insured (or which would be available but for exhaustion of its limits), this exclusion does not apply to "bodily injury" that arises out of a "health care incident." G -18652-J (Ed. 07/12) C. SECTION V — DEFINITIONS is amended to add the following new definition: "Health care incident" means a negligent act, error or omission by your "employees" or "volunteer workers" working on your behalf in the rendering of or failure to render professional health care services in any of the following capacities, or the related furnishing of food, beverages, medical supplies or appliances: a. Physician; b. Nurse; c. Emergency medical technician; d. Paramedic; e. Chiropractor; f. Dentist; g. Athletic trainer; h. Audiologist; I. Physical therapist; Psychologist; Speech therapist; 1. k. I. Other allied health professional; or m. Provider of first aid or Good Samaritan services rendered in an emergency and for which no payment is demanded or received. D. SECTION 1 — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to add the following additional exclusions. These new exclusions apply only to. this Incidental Health Care Malpractice Coverage: [This insurance does not apply to:1 Dishonesty or Crime Any dishonest, criminal or malicious act, error or omission. Clinical Trials / Product Testing Acts, errors or omissions that occur in the course of human clinical trials or product testing. Medicare/Medicaid Fraud Medicare or Medicaid fraud or abuse. Services Excluded by Endorsement Any "health care incident" for which coverage is excluded by endorsement. E. SECTION V — DEFINITIONS is amended to add the following subparagraph to Paragraph f. of the definition of "insured contract": G -18652-J (Ed. 07/12) Page 7 of 11 Copyright, CNA All Rights Reserved. Paragraph f. does not include that part of any contract or agreement: (4) Under which you assume another's tort liability for "bodily injury" arising out of the rendering of or failure to render professional health care services. F. SECTION II — WHO IS AN INSURED is amended to add the following provisions: 1. Your "employees" are insureds with respect to: a. "bodily injury" to a co "employee" while in the course of the co -"employee's" employment by you or while performing duties related to the conduct of your business; and b. "bodily injury" to a "volunteer worker" while performing duties related to the conduct of your business; when such "bodily injury" arises out of a "health care incident." 2. Your "volunteer workers" are insureds with respect to: a. "bodily injury" to a co -"volunteer worker" while performing duties related to the conduct of your business; and b. "bodily injury" to an "employee" while in the course of the "employee's" employment by you or while performing duties related to the conduct of your business; when such "bodily injury' arises out of a "health care incident." 3. Paragraphs 2.a. (1)(a), (b) and (c) of SECTION II — WHO IS AN INSURED do not apply to "bodily injury" for which insurance is provided this Provision 13. 4. Paragraph 2.a.(1)(d) of SECTION II — WHO IS AN INSURED is deleted. G. With respect to the insurance provided by this Provision 13., the following is added to Paragraph 4.b.(1) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: To the extent this insurance applies, it is excess over any of the other insurance (including qualified self insurance), whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by you to be excess of this policy. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES G -18652-J (Ed. 07/12) A. The following is added to SECTION II — WHO IS AN INSURED: 4. You are an insured when you had an interest in a joint venture, partnership or limited liability company which terminated or ended prior to or during this policy period, but only to the extent of your interest in such joint venture, partnership or limited liability company. This coverage does not apply: a. Prior to the termination date of any joint venture, partnership or limited liability company; b. If there is other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; or c. To a joint venture, partnership or limited liability company which is or was insured under a "consolidated (wrap-up) insurance program." [Please see Item 26.C. of this endorsement for the definition of "consolidated (wrap-up) program•"l B. The last paragraph of SECTION 11 — WHO IS AN INSURED is deleted and replaced by the following: Except as provided under the Contractors' General Liability Extension Endorsement or by the attachment of another endorsement (if any), no person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 15. LEGAL LIABILITY/ALIENATED PREMISES! BORROWED EQUIPMENT A. Under SECTION 1 — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion J. Damage to Property in its entirety and replace it with the following: [This insurance does not apply to:] J. Damage to Property "Property damage" to: (1) Property you own, rent, or occupy; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; (3) Property loaned to you; (4) Personal property in the care, custody or control of the insured; G -18652-J (Ed. 07/12) Page 8 of 11 Copyright, CNA All Rights Reserved. (5) That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, if the "property damage" arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because "your work" was incorrectly performed on it. Paragraph (2) of this exclusion does not apply if the premises are "your work." Paragraphs (3) and (4) of this exclusion do not apply to "property damage" to tools or equipment loaned to you. A separate limit of insurance applies to such tools or equipment that are damaged while being used in your operations. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises rented to you or temporarily occupied by you with the permission of the owner, or to the contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in SECTION III — LIMITS OF INSURANCE. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to "property damage" included in the "products -completed operations hazard." B. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE the last paragraph of Paragraph 2. Exclusions is deleted and replaced by the following. Exclusions c. through n. do not apply to damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner nor to the contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in SECTION III — LIMITS OF INSURANCE. C. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most we will pay under Coverage A for damages arising out of any one "occurrence" because of "property damage" to tools or equipment loaned to you by G -18652-J (Ed. 07/12) others that occurs while the equipment is being used to perform operations. D. Paragraph 6. Damage To Premises Rented To You Limit of SECTION III — LIMITS OF INSURANCE is replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most we will pay under SECTION — 1 — COVERAGE A for damages because of "property damage" to any one premises while rented to you or temporarily occupied by you with the permission of the owner, including contents of such premises rented to you for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced by the following: (ii) That is property insurance for premises rented to you, for premises temporarily occupied by you with the permission of the owner, or for personal property of others in your care, custody or control; F. This Provision 15. does not apply if Damage To Premises Rented To You Liability under SECTION — I — COVERAGE A is excluded by endorsement. 16. LIBERALIZATION CLAUSE If we adopt a change in our forms or rules which would broaden coverage for contractors under this endorsement without an additional premium charge, your policy will automatically provide the additional coverage as of the date the revision is effective in your state. 17. LIQUOR LIABILITY Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion c. Liquor Liability. This provision 17. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 18. MEDICAL PAYMENTS A. Paragraph 7. Medical Expense Limit, of SECTION 111 — LIMITS OF INSURANCE is deleted and replaced by the following: G -18652-J (Ed. 07/12) Page 9 of 11 Copyright, CNA IVI Rights Reserved. 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most we will pay under SECTION — !— COVERAGE C for all medical expenses because of "bodily injury" sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000; or (2) The amount shown in the Declarations for Medical Expense Limit. B. Paragraph 1.a.(3)(b) of SECTION 1— COVERAGE C MEDICAL PAYMENTS, is replaced by the following: (b) The expenses are incurred and reported to us within three years of the date of the accident; and This paragraph B. does not apply to medical expenses incurred in the state of Missouri. 19. NON -OWNED AIRCRAFT Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY. Paragraph 2. Exclusions is amended such that exclusion g. Aircraft, Auto or Watercraft does not apply to an aircraft you do not own, provided that: 1. The pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. The aircraft is rented to you with a trained, paid crew; and 3. The aircraft does not transport persons or cargo for a charge. 20. NON -OWNED WATERCRAFT Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete subparagraph (2) of exclusion g. Aircraft, Auto or Watercraft and replace it with the following. [This exclusion does not apply to:I (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry persons or property for a charge. 21. PRIMARY AND NON-CONTRIBUTORY TO OTHER INSURANCE With respect to any person or organization that is an additional insured under this Coverage Part, the G -18652-J (Ed. 07/12) following is added to Paragraph 4. of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: If you have agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary and we will not seek contribution from that other insurance. For the purpose of this Provision 21., the additional insured's own insurance means insurance on which the additional insured is a Named Insured. This Provision 21. does not apply in situations where the endorsement on this policy affording coverage to the additional insured specifies that this insurance is excess over any other insurance available to that additional insured. 22. PROPERTY DAMAGE — ELEVATORS A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended such that exclusion k. Damage to Your Product, and subparagraph (3), (4) and (6) of exclusion J. Damage to Property do not apply "property damage" that results from the use of elevators. B. With respect only to the coverage provided by this endorsement, Condition 4. Other Insurance in SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following subparagraph b.(1)(a)(v): 4. Other Insurance b. Excess Insurance (1) This insurance is excess over. (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (v) That is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS A. Under Section I — Supplementary Payments — Coverages A and B, Paragraph 1.b., the limit of $250 shown for the cost of bail bonds is replaced by $5,000: B. In Paragraph 1.d., the limit of $250 shown for daily loss of earnings is replaced by $1,000. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If unintentionally you should fail to disclose all existing hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. G -18652-J (Ed. 07/12) Page 10 of 11 Copyright, CNA All Rights Reserved. 25. WAIVER OF SUBGROGATION - BLANKET Under SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the "products completed operations hazard." However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to Toss. 26. WRAP-UP EXTENSION: OWNER CONTROLLED INSURANCE PROGRAM, CONTRACTOR CONTROLLED INSURANCE PROGRAM OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a "consolidated (wrap-up) insurance program" by applicable state statute or regulation: If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached to this policy, then the following changes apply: A. The following wording is added to the endorsement: With respect to a "consolidated (wrap-up) insurance program" project in which you are or were involved, this exclusion does not apply to those sums you become legally obligated to pay as damages because of: 1. "Bodily injury," "property damage," or "personal or advertising injury" that occurs during your ongoing operations at the project, All other terms and conditions of the Policy remain unchanged. G -18652-J (Ed. 07/12) or during such operations of anyone acting on your behalf; nor 2. "Bodily injury" or "property damage" included within the "products -completed operations hazard" that arises out of those portions of the project that are not "residential structures." B. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following subparagraph 4.b.(1)(c) to Condition 4. Other Insurance: [This insurance is excess over:) (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to you as a result of your being a participant in a "consolidated (wrap- up) insurance program," but only as respects your involvement in that "consolidated (wrap- up) insurance program." C. SECTION V — DEFINITIONS is amended to add the following definition: "Consolidated (wrap-up) insurance program" means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). "Residential structure" means any structure where 30% or more of the square foot area is used or is intended to be used for human residency including but not limited to single or multifamily housing, apartments, condominiums, townhouses, co- operatives or planned unit developments and also includes their common areas and/or appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). When there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels, or motels. Residential structure also does not include hospitals or prisons. This provision 26. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. Material used with permission of ISO Properties, Inc G -18652-J (Ed. 07/12) Page 11 of 11 Copyright. CNA All Rights Reserved. 50020008350846159834637 CNA G -140331-D (Ed. 01/13) BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by 'Written contract" per Paragraph A. below.) Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section II - Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract"; or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products -completed operations hazard," and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.1. above, the words 'caused in whole or in part by' are replaced by the words 'arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the "written contract"; c. That described in B.1. above; or d. That afforded to you under this policy, whichever is less. G -140331-D (Ed. 01/13) Page 1 of 2 Copyright, CNA All Rights Reserved. G -140331-D (Ed. 01/13) 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance will be primary and non- contributory relative to insurance on which the additional insured is a Named Insured. 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit"; and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. (3) We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury" or "property damage"; or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties, Inc. G -140331-D (Ed. 01/13) Page 2 of 2 Copyright. CNA All Rights Reserved. POLICY NUMBER: COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE 1/r11is endorsement modifies insurance provided under the following: INIIINNORI AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: GRACE PAVING & CONSTRUCTION, INC. Endorsement Effective Date: 07/12/2015 SCHEDULE Name Of Person(s) Or Organization(s): SEE BLANK MANUSCRIPT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 A 0 s N CNA CNA63359XX (Ed. 04/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an "insured" under any other liability "policy" providing "auto" coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception II. date, whichever is earlier. b. Does not apply to: (1) "Bodily injury" or "property damage" caused by an "accident" that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person, who qualifies as an "insured" under Section II — Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. "Policy." as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from S2,000 to S5,000; and 2. In a.(4), the limit for the Toss of earnings is changed from S250 to S500 a day. C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. PHYSICAL DAMAGE COVERAGE A. Glass Breakage — Hitting A Bird Or Animal — Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered "auto," any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. S60 per day, in lieu of S20; subject to b. S1,800 maximum, in lieu of S600. C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. S1,000 maximum, in lieu of S600. CNA63359XX copyright, CNA Corporation, 2000. (Ed. 04/12) Includes copyrighted material of the Insurance Services Office used with its permission. Page 1 of 3 D. Hired "Autos" The following is added to Section III. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered "auto" you lease, hire, rent or borrow without a driver; and b. Any covered "auto" hired or rented by your "employee" without a driver, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one "accident" or "loss" is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to "loss" caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned "autos." e. Such physical damage coverage for hired "autos" will: (1) Include loss of use, provided it is the consequence of an "accident" for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of S750 per "accident." E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. F. Electronic Equipment Section 111, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered "auto" also applies to "loss" to any permanently installed electronic equipment including its antennas and other accessories. CNA63359XX (Ed. 04/12) d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section 111, Paragraph B.6.: Subject to the following, the "diminution in value" exclusion does not apply to: a. Any covered "auto" of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered "auto" of the private passenger type hired or rented by your "employee" without a driver for a period of 30 days or less, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a "diminution in value" Toss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for "loss" to a covered "auto" in any one accident is the lesser of: (1) $5,000; or (2) 20% of the "auto's" actual cash value (ACV). III. Drive Other Car Coverage — Executive Officers The following is added to Sections 11 and III: 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers," except: a. An "auto" owned by that "executive officer" or a member of that person's household; or b. An "auto" used by that "executive officer" while working in a business of selling, servicing, repairing or parking "autos." Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered "auto"; and CNA63359XX copyright, Gua corporation, 2000. (Ed. 04/12) includes copyrighted material of the Insurance Services Office used with its permission. Page 2 of 3 (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by- laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are "insureds" while using a covered "auto" described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: (4) Your "employees" may know of an "accident" or "loss." This will not mean that you have such knowledge, unless such "accident" or "loss" is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your "employees" may know of documents received concerning a claim or "suit." This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or V. CNA63359XX (Ed. 04/12) damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an "accident" or "loss." C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to "Accident" or "Loss." E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. DEFINITIONS Section V. Paragraph C. is deleted and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX copyright, CNA corporation, 2000. (Ed. 04/12) Includes copyrighted material of the Insurance Services Office used with its permission. Page 3 of 3 50020008350046159834626 • POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: \/COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: 'Per Schedule On File' 2. Address: Cancellation notification to the above entities will not apply to cancellation for non payment of premium 3. Number of days advance notice:3 0 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 02 0512 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 CNA CNA72315XX (Ed. 02/13) NOTICE OF CANCELLATION OR MATERIAL CHANGE -- DESIGNATED PERSON OR ORGANIZATION It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: In the event of cancellation or material change that reduces or restricts the insurance provided by this Coverage Form, we agree to send prior notice of cancellation or material change to the person or organization scheduled below at the address scheduled below. This endorsement does not amend our obligation to notify the Named Insured of cancellation as described in the Common Policy Conditions or in another endorsement attached to this policy. SCHEDULE 1. Number of days advance notice: 10 Days if we cancel for non-payment of premium. 30 Days if the policy is cancelled for any other reason, or if coverage is restricted or reduced by endorsement. 2. Person or Organization's Name and Address Name: 'Per Schedule On File' Attention: Cancellation notification to the above Street Address: entities will not apply to cancellation City, State, ZIP: for non payment of premium e-mail address: All other terms and conditions of the Policy remain unchanged. CNA72315XX (02/13) Page 1 of 1 Insured Name: GRACE PAVING & CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Policy No: Endorsement No: Effective Date: 07/12/2015 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (x) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS LOCATIONS AND OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: SEE SCHD This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium Insurance Company Countersigned by WC420304B (Ed. 06-14) Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC420601 (Ed. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT V This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 3 0 2. Notice will be mailed to: ' PER SCHEDULE ON FILE CANCELLATION NOTIFICATION TO THE ABOVE ENTITIES WILL NOT APPLY TO CANCELLATION FOR NON PAYMENT OF PREMIUM This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium $ Insurance Company Countersigned by WC 42 06 01 (Ed. 7-84) CONTRACT DOCUMENTS FOR CONSTRUCTION OF ID1Q MINOR STREET IMPROVEMENTS PROJECT NUMBERS E16250, E16251, E 16252 & E 16253 City of Corpus Christi ECMS, LLC 5001 OAKMONT DRIVE, CORPUS CHRISTI, TX 78413 97?47)/o 361-549-4576 "07. PF or* do *I 9DDASiiiQfi•0••••e•• s•o s••. •.•. . stfp.FELIX L OARS, JR. .. Q o evi 33006 •` eiPte ‘i2 A.***0'4%' Record Drawing Number: STR 922 Table of Contents 00 01 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Rev 01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 10-06-2015) 00 52 23 Agreement (Rev 01-13-2016) 00 61 13 Performance Bond (Rev 01-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev 01-13-2016) 00 72 02 Wage Rate Requirements (Rev 06-12-2015) 00 72 03 Minority / MBE / DBE Participation Policy (Rev 01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work (Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev 01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 35 00 Special Procedures 01 40 00 Quality Management Table of Contents 00 01 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 Division / Section Title 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications SECTION SECTION TITLE 022 EARTHWORK 022020 Excavation & Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 0252 ROADWAY 0252… SUBGRADES AND BASES 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk & Driveway Replacement 025208 Soil-Cement Base (S-17) 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 0254 ASPHALTS AND SURFACES 025402 Planning Asphalt Surfaces 025404 Asphalts Oils & Emulsions 025410 Asphalt Crack Sealing 025412 Prime Coat 025414 Aggregate For Surface Treatment 025416 Seal Coat 025418 Surface Treatment 025419 Slurry Seal Table of Contents 00 01 00 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 Division / Section Title 025424 Hot Mix Asphalt Concrete Pavement 0256 CONCRETE WORK 025608 Inlets 025610 Concrete Curb & Gutter 025612 Concrete Sidewalks & Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 0258 TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025803 Traffic Signal Adjustments 025805 Work Zone Pavement Markings 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words & Emblems 025816 Raised Pavement Markers 025818 Reference Specification-TxDOT DMS-4200 Pavement Markers (Reflectorized) 025828 Reference Specification-TxDOT DMS-6130 Bituminous Adhesive For Pavement Marker END OF SECTION Invitation to Bid and Instructions to Bidders 00 21 13 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: IDIQ MINOR STREET IMPROVEMENTS PROJECT PROJECT NO. E16250, E16251, E16252, E16253 A. This project is an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract to perform minor street pavement repairs throughout the City, including minor street pavement rehabilitation/replacement, base repairs with limestone, and sub-grade stabilization. Work may include saw cutting, crack sealing, seal coating, milling, curb & gutter, driveway replacement, curb ramps, and minor utility manhole ring & cover and valve adjustments. The Work will be issued in individual work orders called “Delivery Orders” that provide specific scope and requirements. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City’s Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor’s successful performance of the work and all Delivery Orders, the recommendation of the City’s Design Engineer, Construction Management & Inspection Team, approval by the City’s Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City-approved economic adjustment to apply to a renewal period if based upon published cost-of-construction indices acceptable to the City. B. The two bid schedules under this single bid invitation includes a “Part 1” and a “Part 2.” Part 1 will be dedicated specifically to that part of the City to the West of Ayers Street and Part 2 will be dedicated to that part of the City East of Ayers Street. The City intends to award Part 1 to the lowest responsible bidder for Part 1, and to award Part 2 to the lowest responsible bidder for Part 2. If the same bidder submits the lowest bid for both Part 1 and Part 2, then both Part 1 and Part 2 may only be awarded to that one lowest bidder if the bidder can demonstrate the capability and resources to complete the work of both Parts 1 and 2 concurrently and continuously, within the 365 days, and in accordance with the Contract Documents, and to be able to show, to the City’s satisfaction, the ability to employ two full crews working concurrently and continuously, one full crew for Part 1 and one full crew for Part 2. Otherwise, should such bidder who has submitted the lowest bids for both Part 1 and Part 2, not qualify to perform both Parts 1 and Part 2 as described above, then such bidder will be awarded the contract with the highest of his two bids. Invitation to Bid and Instructions to Bidders 00 21 13 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 2.02 The Engineer’s Opinion of Probable Construction Cost for the Project is $4,000,000 total for Parts 1 and 2, $2,000,000 for Part 1 and $2,000,000 for Part 2. The Project is to be finally completed and ready for operation within 365 days. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.civcastusa.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than April 6, 2:00 PM to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier’s check or money order, please address envelopes or packages to: City of Corpus Christi City Secretary’s Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - IDIQ MINOR STREET IMPROVEMENTS, PN E16250, E16251, E16252, E16253 Corpus Christi, Texas 78401 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 PM, April 6, 2016 at the following location: City Hall Building – City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi, Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. Invitation to Bid and Instructions to Bidders 00 21 13 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on March 22, 2016, 10:30 AM at the following location: City Hall Building – Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi, Texas 78401 COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the Invitation to Bid and Instructions to Bidders 00 21 13 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner’s Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier’s check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.civcastusa.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier’s check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder’s name and the job name and number and delivered as required in Article 8.03 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal’s bid and the next highest bidder. Invitation to Bid and Instructions to Bidders 00 21 13 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety’s standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner’s Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder’s authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word “confidential” prominently on Invitation to Bid and Instructions to Bidders 00 21 13 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 each page or sheet or on the cover of bound documents. Place “confidential” stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of “confidential” documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder’s responsibilities, the Bidder’s safety record, the Bidder’s indebtedness to Owner, the Bidder’s capacity to perform the work within the contract period and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder’s acceptance of the evaluation technique and methodology as well as the Bidder’s recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. Invitation to Bid and Instructions to Bidders 00 21 13 - 7 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 AWARD OF CONTRACT 15.01 The Bidders selected for award of the Contract will be the lowest responsible Bidders that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. MINORITY / MBE / DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner’s Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner’s requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder’s submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. SALES AND USE TAXES 19.01 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. Assume Invitation to Bid and Instructions to Bidders 00 21 13 - 8 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner’s intent to have this Contract qualify as a “separated contract.” WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21 – BIDDER’s CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary’s Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary’s website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23 – CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24 - REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. Invitation to Bid and Instructions to Bidders 00 21 13 - 9 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder’s recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder’s failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder’s Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder’s lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner’s project performance evaluations. N. Unbalanced Unit Price Bid: “Unbalanced Bid” means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the costs are significantly higher/lower than the costs of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder’s lack of capacity to perform the Work. Evidence of Bidder’s lack of capacity. Evidence of capacity to perform the Work will include a factual review of (i) all Invitation to Bid and Instructions to Bidders 00 21 13 - 10 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Bid Acknowledgement Form 00 30 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1 – BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by _______________________________________________ (type or print name of company) on: [TBD] for IDIQ MINOR STREET IMPROVEMENTS PROJECT, PROJECT NO. E16250, E16251, E16252, E16253. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City’s electronic bidding website at www.civcastusa.com. If submitting hard copy bids or bid security in the form of a cashier’s or certified check, please send to: The City of Corpus Christi, Texas City Secretary’s Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid – IDIQ Minor Street Improvements Project, Project No. E16250, E16251, E16252, E16253 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 – BIDDERS’S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 00 30 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 ARTICLE 3 – BIDDER’S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder 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. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder’s safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder 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. 3.08 The Bidder 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. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 00 30 00 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder’s entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 – BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 – EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder’s responsibility, the Bidder’s safety record, the Bidder’s indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders’ responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder’s responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder’s Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney’s fees for collecting such costs and damages. Bid Acknowledgement Form 00 30 00 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 ARTICLE 6 – TIME OF COMPLETION 6.01 Bidder will complete the Work required to be finally completed within 365 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. 6.02 Bidder agrees that the Work will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 – ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8 – DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 – VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 – SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder’s authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non‐responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals (“natural persons” as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. Bid Acknowledgement Form 00 30 00 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder’s governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an “alias”) shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder’s enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11 – BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual’s signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION 00 30 01 BID FORM EXHIBIT A Project Name:IDIQ Minor Street Improvements Project Project Number:E16253 East 1A & E16252 East 1B Owner:City of Corpus Christi Bidder: OAR: Designer:ECMS, LLC Felix H. Ocanas, Jr., P.E. Basis of Bid for Part 1A & 1B - East of Ayers Street Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid E16253 East 1A Part 1A-A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1A-A1 Mobilization/Bonds/Ins/ (not to exceed 5%-total bid)LS 1 1A-A2 Traffic Control, Residential Streets Day 280 1A-A3 Traffic Control, Arterial Streets Day 93 1A-A4 Ozone Days EA 5 SUBTOTAL PART 1A-A - GENERAL (Items 1A-A1 thru 1A-A4) Part 1A-B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1A-B1 Seal Coat, per single course SY 1,600 1A-B2 Crack Seal, 0-1" wide LF 1,000 1A-B3 Planing (Milling), 2" 1,000 to 2,000 SY minimum per Delivery Order SY 1,600 1A-B4 Planing (Milling), Additional 1" 1000 to 2,000 SY minimum per Delivery Order SY 1,600 1A-B5 Cement Stabilized Base with 4% Cement, existing limestone base, 3-6", complete in place per SY SY 700 1A-B6 Pot Hole Crew: Provide a 3-man pot hole repair crew to include labor, materials, equipment & incidentals 8-Hr. Day 80 1A-B7 HMAC, Type "D" material for pot hole repair, TxDOT Standard Specification for Construction Item 340, including SS 1 emulsion for tack coat Ton 760 1A-B8 All-Season Pre-Coated Patching mixture (ASPPM), TxDOT DMS 9202.5, including SS1 emulsion for tack coat Ton 760 1A-B9 Allowance for Unanticipated Street Improvements LS 1 20,000.00$ 20,000.00$ 1A-B10 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 100 1A-B11 Base Repair, Upper 2" Depth (Limestone)SY 3,000 1A-B12 Base Repair, Additional 1" Depth (Limestone)SY 6,000 1A-B13 Surface Treatment Repair Upper 2" HMAC SY 3,000 1A-B14 Surface Treatment Repair Additional 1" Depth HMAC SY 3,000 Range 1 to 100 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 1A-B10 to 1A-B14 00 30 01 Bid Form Exhibit A IDIQ Minor Street Pavement Improvements Project #E16253 East 1A #E16252 East 1B Page 1 of 5 Rev 03-02-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1A-B15 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 100 1A-B16 Base Repair, Upper 2" Depth (Limestone)SY 2,400 1A-B17 Base Repair, Additional 1" Depth (Limestone)SY 7,000 1A-B18 Surface Treatment Repair Upper 2" HMAC SY 6,000 1A-B19 Surface Treatment Repair Additional 1" Depth HMAC SY 6,000 1A-B20 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 112 1A-B21 Base Repair, Upper 2" Depth (Limestone)SY 6,000 1A-B22 Base Repair, Additional 1" Depth (Limestone)SY 6,000 1A-B23 Surface Treatment Repair Upper 2" HMAC SY 6,000 1A-B24 Surface Treatment Repair Additional 1" Depth HMAC SY 6,000 SUBTOTAL PART 1A-B - STREET IMPROVEMENTS (Items 1A-B1 thru 1A-B24) Part 1A-C - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1A-C1 New ADA Curb Ramp: Concrete Curb Ramps, meeting TDLR requirements, complete in place SF 300 1A-C2 Remove & Replace ADA curb ramp: Removal & Replacement of ADA ramps not in compliance w/ TDLR SF 300 SUBTOTAL PART 1A-C - ADA IMPROVEMENTS (1A-C1 THRU 1A-C2) Part 1A-D - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1A-D1 Removal & Replacement of Curb & Gutter, complete in place LF 1,000 1A-D2 Removal & Replacement of driveway approaches, complete and in place SF 1,000 1A-D3 Removal & Replacement of Sidewalks SF 500 1A-D4 Storm Water Manhole Ring & Cover Adjustment, w/new Manhole Ring and Cover Assembly w/new Concrete Height Adjustment Rings & w/ Concrete Collar, complete in place Each 5 SUBTOTAL PART 1A-D - DRAINAGE IMPROVEMENTS (1A-D1 THRU 1A-D4) Part 1A-E - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1A-E1 Water Valve Box Adjustment w/ Concrete Collar, complete in place Each 5 SUBTOTAL PART 1A-E - WATER IMPROVEMENTS (1A-E1) Part 1A-F -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1A-F1 Sanitary Sewer Manhole Ring & Cover Adjustment, including New Manhole Ring & Cover Assembly w/ new HDPE Height Adjustment Rings, Stainless Steel Inflow Inhibitor and w/ Concrete Collar, complete in place Each 5 SUBTOTAL PART 1A-F - WASTEWATER IMPROVEMENTS (1A-F1) Range 250 to 1000 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 1A-B20 to 1A-B24 Range 100 to 250 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 1A-B15 to 1A-B19 00 30 01 Bid Form Exhibit A IDIQ Minor Street Pavement Improvements Project #E16253 East 1A #E16252 East 1B Page 2 of 5 Rev 03-02-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid E16252 East 1B Part 1B-A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1B-A1 Mobilization/Bonds/Ins/ (not to exceed 5%-total bid)LS 1 1B-A2 Traffic Control, Residential Streets Day 130 1B-A3 Traffic Control, Arterial Streets Day 130 1B-A4 Ozone Days EA 2 SUBTOTAL PART 1B-A - GENERAL (Items 1B-A1 thru 1B-A4) Part 1B-B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1B-B1 Planing (Milling), 2" 1,000 to 2,000 SY minimum per Delivery Order SY 1,000 1B-B2 Planing (Milling), Additional 1" 1000 to 2,000 SY minimum per Delivery Order SY 1,000 1B-B3 Cement Stabilized Base with 4% Cement, existing limestone base, 3-6", complete in place per SY SY 300 1B-B4 Allowance for Unanticipated Street Improvements LS 1 20,000.00$ 20,000.00$ 1B-B5 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 100 1B-B6 Base Repair, Upper 2" Depth (Limestone)SY 1,500 1B-B7 Base Repair, Additional 1" Depth (Limestone)SY 1,500 1B-B8 Surface Treatment Repair Upper 2" HMAC SY 1,500 1B-B9 Surface Treatment Repair Additional 1" Depth HMAC SY 1,500 1B-B10 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 100 1B-B11 Base Repair, Upper 2" Depth (Limestone)SY 1,000 1B-B12 Base Repair, Additional 1" Depth (Limestone)SY 1,000 1B-B13 Surface Treatment Repair Upper 2" HMAC SY 1,000 1B-B14 Surface Treatment Repair Additional 1" Depth HMAC SY 1,000 1B-B15 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 100 1B-B16 Base Repair, Upper 2" Depth (Limestone)SY 1,700 1B-B17 Base Repair, Additional 1" Depth (Limestone)SY 1,700 1B-B18 Surface Treatment Repair Upper 2" HMAC SY 1,700 1B-B19 Surface Treatment Repair Additional 1" Depth HMAC SY 1,700 SUBTOTAL PART 1B-B - STREET IMPROVEMENTS (Items 1B-B1 thru 1B-B19) Range 1 to 100 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 1B-B5 to 1B-B9 Range 100 to 250 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 1B-B10 to 1B-B14 Range 250 to 1000 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 1B-B15 to 1B-B19 00 30 01 Bid Form Exhibit A IDIQ Minor Street Pavement Improvements Project #E16253 East 1A #E16252 East 1B Page 3 of 5 Rev 03-02-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part 1B-C - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1B-C1 New ADA Curb Ramp: Concrete Curb Ramps, meeting TDLR requirements, complete in place SF 400 1B-C2 Remove & Replace ADA curb ramp: Removal & Replacement of ADA ramps not in compliance w/ TDLR SF 300 SUBTOTAL PART 1B-C - ADA IMPROVEMENTS (1B-C1 THRU 1B-C2) Part 1B-D - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1B-D1 Removal & Replacement of Curb & Gutter, complete in place LF 1,000 1B-D2 Removal & Replacement of driveway approaches, complete and in place SF 1,000 1B-D3 Removal & Replacement of Sidewalks SF 500 1B-D4 Storm Water Manhole Ring & Cover Adjustment, w/new Manhole Ring and Cover Assembly w/new Concrete Height Adjustment Rings & w/ Concrete Collar, complete in place Each 2 SUBTOTAL PART 1B-D - DRAINAGE IMPROVEMENTS (1B-D1 THRU 1B-D4) Part 1B-E - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1B-E1 Water Valve Box Adjustment w/ Concrete Collar, complete in place Each 2 SUBTOTAL PART 1B-E - WATER IMPROVEMENTS (1B-E1) Part 1B-F -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1B-F1 Sanitary Sewer Manhole Ring & Cover Adjustment, including New Manhole Ring & Cover Assembly w/ new HDPE Height Adjustment Rings, Stainless Steel Inflow Inhibitor and w/ Concrete Collar, complete in place Each 2 SUBTOTAL PART 1B-F - WASTEWATER IMPROVEMENTS (1B-F1) 00 30 01 Bid Form Exhibit A IDIQ Minor Street Pavement Improvements Project #E16253 East 1A #E16252 East 1B Page 4 of 5 Rev 03-02-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT SUBTOTAL PART 1A-A - GENERAL (Items 1A-A1 thru 1A-A4) SUBTOTAL PART 1A-B - STREET IMPROVEMENTS (Items 1A-B1 thru 1A-B24) SUBTOTAL PART 1A-C - ADA IMPROVEMENTS (Items 1A-C1 thru 1A-C2) SUBTOTAL PART 1A-D - DRAINAGE IMPROVEMENTS (Items 1A-D1 thru 1A-D4) SUBTOTAL PART 1A-E - WATER IMPROVEMENTS (Item 1A-E1) SUBTOTAL PART 1A-F - WASTEWATER IMPROVEMENTS (Item 1A-F1) TOTAL PROJECT BASE BID (PARTS 1A-A THRU 1A-F) SUBTOTAL PART 1B-A - GENERAL (Items 1B-A1 thru 1B-A4) SUBTOTAL PART 1B-B - STREET IMPROVEMENTS (Items 1B-B1 thru 1B-B19) SUBTOTAL PART 1B-C - ADA IMPROVEMENTS (Items 1B-C1 thru 1B-C2) SUBTOTAL PART 1B-D - DRAINAGE IMPROVEMENTS (Items 1B-D1 thru 1B-D4) SUBTOTAL PART 1B-E - WATER IMPROVEMENTS (Item 1B-E1) SUBTOTAL PART 1B-F - WASTEWATER IMPROVEMENTS (Item 1B-F1) TOTAL PROJECT BASE BID (PARTS 1B-A THRU 1B-F) TOTAL PROJECT BASE BID (PARTS East 1A & East 1B) Contract Times Bidder agrees to reach Final Completion in 365 Days PROJECT E16252 EAST 1B - BID SUMMARY - PART 1B PROJECT E16253 EAST 1A - BID SUMMARY - PART 1A 00 30 01 Bid Form Exhibit A IDIQ Minor Street Pavement Improvements Project #E16253 East 1A #E16252 East 1B Page 5 of 5 Rev 03-02-2016 00 30 01 BID FORM EXHIBIT A Project Name:IDIQ Minor Street Improvements Project Project Number:E16251 West 2A & E16250 West 2B Owner:City of Corpus Christi Bidder: OAR: Designer:ECMS, LLC Felix H. Ocanas, Jr., P.E. Basis of Bid for Part 2A & 2B - West of Ayers Street Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid E16251 West 2A Part 2A-A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A-A1 Mobilization/Bonds/Ins/ (not to exceed 5%-total bid)LS 1 2A-A2 Traffic Control, Residential Streets Day 280 2A-A3 Traffic Control, Arterial Streets Day 93 2A-A4 Ozone Days EA 5 SUBTOTAL PART 2A-A - GENERAL (Items 2A-A1 thru 2A-A4) Part 2A-B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A-B1 Seal Coat, per single course SY 1,600 2A-B2 Crack Seal, 0-1" wide LF 1,000 2A-B3 Planing (Milling), 2" 1,000 to 2,000 SY minimum per Delivery Order SY 1,600 2A-B4 Planing (Milling), Additional 1" 1000 to 2,000 SY minimum per Delivery Order SY 1,600 2A-B5 Cement Stabilized Base with 4% Cement, existing limestone base, 3-6", complete in place per SY SY 700 2A-B6 Pot Hole Crew: Provide a 3-man pot hole repair crew to include labor, materials, equipment & incidentals 8-Hr. Day 70 2A-B7 HMAC, Type "D" material for pot hole repair, TxDOT Standard Specification for Construction Item 340, including SS 1 emulsion for tack coat Ton 660 2A-B8 All-Season Pre-Coated Patching mixture (ASPPM), TxDOT DMS 9202.5, including SS1 emulsion for tack coat Ton 660 2A-B9 Allowance for Unanticipated Street Improvements LS 1 20,000.00$ 20,000.00$ 2A-B10 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 100 2A-B11 Base Repair, Upper 2" Depth (Limestone)SY 2,200 2A-B12 Base Repair, Additional 1" Depth (Limestone)SY 4,400 2A-B13 Surface Treatment Repair Upper 2" HMAC SY 2,200 2A-B14 Surface Treatment Repair Additional 1" Depth HMAC SY 2,200 Range 1 to 100 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 2A-B10 to 2A-B14 00 30 01 Bid Form Exhibit A IDIQ Minor Street Pavement Improvements Project #E16251 West 2A #E16250 West 2B Page 1 of 5 Rev 03-02-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2A-B15 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 100 2A-B16 Base Repair, Upper 2" Depth (Limestone)SY 2,400 2A-B17 Base Repair, Additional 1" Depth (Limestone)SY 7,000 2A-B18 Surface Treatment Repair Upper 2" HMAC SY 6,000 2A-B19 Surface Treatment Repair Additional 1" Depth HMAC SY 6,000 2A-B20 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 112 2A-B21 Base Repair, Upper 2" Depth (Limestone)SY 6,000 2A-B22 Base Repair, Additional 1" Depth (Limestone)SY 6,000 2A-B23 Surface Treatment Repair Upper 2" HMAC SY 6,000 2A-B24 Surface Treatment Repair Additional 1" Depth HMAC SY 6,000 SUBTOTAL PART 2A-B - STREET IMPROVEMENTS (Items 2A-B1 thru 2A-B24) Part 2A-C - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A-C1 New ADA Curb Ramp: Concrete Curb Ramps, meeting TDLR requirements, complete in place SF 300 2A-C2 Remove & Replace ADA curb ramp: Removal & Replacement of ADA ramps not in compliance w/ TDLR SF 300 SUBTOTAL PART 2A-C - ADA IMPROVEMENTS (2A-C1 THRU 2A-C2) Part 2A-D - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A-D1 Removal & Replacement of Curb & Gutter, complete in place LF 3,000 2A-D2 Removal & Replacement of driveway approaches, complete and in place SF 2,000 2A-D3 Removal & Replacement of Sidewalks SF 1,000 2A-D4 Storm Water Manhole Ring & Cover Adjustment, w/new Manhole Ring and Cover Assembly w/new Concrete Height Adjustment Rings & w/ Concrete Collar, complete in place Each 10 SUBTOTAL PART 2A-D - DRAINAGE IMPROVEMENTS (2A-D1 THRU 2A-D4) Part 2A-E - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A-E1 Water Valve Box Adjustment w/ Concrete Collar, complete in place Each 10 SUBTOTAL PART 2A-E - WATER IMPROVEMENTS (2A-E1) Range 250 to 1000 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 2A-B20 to 2A-B24 Range 100 to 250 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 2A-B15 to 2A-B19 00 30 01 Bid Form Exhibit A IDIQ Minor Street Pavement Improvements Project #E16251 West 2A #E16250 West 2B Page 2 of 5 Rev 03-02-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part 2A-F -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2A-F1 Sanitary Sewer Manhole Ring & Cover Adjustment, including New Manhole Ring & Cover Assembly w/ new HDPE Height Adjustment Rings, Stainless Steel Inflow Inhibitor and w/ Concrete Collar, complete in place Each 10 SUBTOTAL PART 2A-F - WASTEWATER IMPROVEMENTS (2A-F1) Base Bid E16250 West 2B Part 2B-A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B-A1 Mobilization/Bonds/Ins/ (not to exceed 5%-total bid)LS 1 2B-A2 Traffic Control, Residential Streets Day 130 2B-A3 Traffic Control, Arterial Streets Day 130 2B-A4 Ozone Days EA 2 SUBTOTAL PART 2B-A - GENERAL (Items 2B-A1 thru 2B-A4) Part 2B-B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B-B1 Planing (Milling), 2" 1,000 to 2,000 SY minimum per Delivery Order SY 1,000 2B-B2 Planing (Milling), Additional 1" 1000 to 2,000 SY minimum per Delivery Order SY 1,000 2B-B3 Cement Stabilized Base with 4% Cement, existing limestone base, 3-6", complete in place per SY SY 300 2B-B4 Allowance for Unanticipated Street Improvements LS 1 20,000.00$ 20,000.00$ 2B-B5 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 100 2B-B6 Base Repair, Upper 2" Depth (Limestone)SY 1,000 2B-B7 Base Repair, Additional 1" Depth (Limestone)SY 1,000 2B-B8 Surface Treatment Repair Upper 2" HMAC SY 1,000 2B-B9 Surface Treatment Repair Additional 1" Depth HMAC SY 1,000 2B-B10 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 100 2B-B11 Base Repair, Upper 2" Depth (Limestone)SY 1,500 2B-B12 Base Repair, Additional 1" Depth (Limestone)SY 1,500 2B-B13 Surface Treatment Repair Upper 2" HMAC SY 1,500 2B-B14 Surface Treatment Repair Additional 1" Depth HMAC SY 1,500 2B-B15 Subgrade Repair up to 4-6" Depth (lime stabilization 6%)SY 100 2B-B16 Base Repair, Upper 2" Depth (Limestone)SY 1,500 2B-B17 Base Repair, Additional 1" Depth (Limestone)SY 1,500 2B-B18 Surface Treatment Repair Upper 2" HMAC SY 1,500 2B-B19 Surface Treatment Repair Additional 1" Depth HMAC SY 1,500 SUBTOTAL PART 2B-B - STREET IMPROVEMENTS (Items 2B-B1 thru 2B-B19) Range 1 to 100 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 2B-B5 to 2B-B9 Range 100 to 250 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 2B-B10 to 2B-B14 Range 250 to 1000 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). Items 2B-B15 to 2B-B19 00 30 01 Bid Form Exhibit A IDIQ Minor Street Pavement Improvements Project #E16251 West 2A #E16250 West 2B Page 3 of 5 Rev 03-02-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part 2B-C - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B-C1 New ADA Curb Ramp: Concrete Curb Ramps, meeting TDLR requirements, complete in place SF 300 2B-C2 Remove & Replace ADA curb ramp: Removal & Replacement of ADA ramps not in compliance w/ TDLR SF 300 SUBTOTAL PART 2B-C - ADA IMPROVEMENTS (2B-C1 THRU 2B-C2) Part 2B-D - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B-D1 Removal & Replacement of Curb & Gutter, complete in place LF 1,000 2B-D2 Removal & Replacement of driveway approaches, complete and in place SF 1,300 2B-D3 Removal & Replacement of Sidewalks SF 500 2B-D4 Storm Water Manhole Ring & Cover Adjustment, w/new Manhole Ring and Cover Assembly w/new Concrete Height Adjustment Rings & w/ Concrete Collar, complete in place Each 4 SUBTOTAL PART 2B-D - DRAINAGE IMPROVEMENTS (2B-D1 THRU 2B-D4) Part 2B-E - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B-E1 Water Valve Adjustment w/ Concrete Collar, complete in place Each 5 SUBTOTAL PART 2B-E - WATER IMPROVEMENTS (2B-E1) Part 2B-F -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2B-F1 Sanitary Sewer Manhole Ring & Cover Adjustment, including New Manhole Ring & Cover Assembly w/ new HDPE Height Adjustment Rings, Stainless Steel Inflow Inhibitor and w/ Concrete Collar, complete in place Each 5 SUBTOTAL PART 2B-F - WASTEWATER IMPROVEMENTS (2B-F1) 00 30 01 Bid Form Exhibit A IDIQ Minor Street Pavement Improvements Project #E16251 West 2A #E16250 West 2B Page 4 of 5 Rev 03-02-2016 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT SUBTOTAL PART 2A-A - GENERAL (Items 2A-A1 thru 2A-A4) SUBTOTAL PART 2A-B - STREET IMPROVEMENTS (Items 2A-B1 thru 2A-B24) SUBTOTAL PART 2A-C - ADA IMPROVEMENTS (Items 2A-C1 thru 2A-C2) SUBTOTAL PART 2A-D - DRAINAGE IMPROVEMENTS (Items 2A-D1 thru 2A-D4) SUBTOTAL PART 2A-E - WATER IMPROVEMENTS (Item 2A-E1) SUBTOTAL PART 2A-F - WASTEWATER IMPROVEMENTS (Item 2A-F1) TOTAL PROJECT BASE BID (PARTS 2A-A THRU 2A-F) SUBTOTAL PART 2B-A - GENERAL (Items 2B-A1 thru 2B-A4) SUBTOTAL PART 2B-B - STREET IMPROVEMENTS (Items 2B-B1 thru 2B-B19) SUBTOTAL PART 2B-C - ADA IMPROVEMENTS (Items 2B-C1 thru 2B-C2) SUBTOTAL PART 2B-D - DRAINAGE IMPROVEMENTS (Items 2B-D1 thru 2B-D4) SUBTOTAL PART 2B-E - WATER IMPROVEMENTS (Item 2B-E1) SUBTOTAL PART 2B-F- WASTEWATER IMPROVEMENTS (Item 2B-F1) TOTAL PROJECT BASE BID (PARTS 2B-A THRU 2B-F) TOTAL PROJECT BASE BID (PARTS West 2A & West 2B) Contract Times Bidder agrees to reach Final Completion in 365 Days PROJECT E16250 WEST 2B - BID SUMMARY PART 2B PROJECT E16251 WEST 2A - BID SUMMARY PART 2A 00 30 01 Bid Form Exhibit A IDIQ Minor Street Pavement Improvements Project #E16251 West 2A #E16250 West 2B Page 5 of 5 Rev 03-02-2016 Compliance to State Law on Nonresident Bidders 00 30 02 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: “a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located.” “Nonresident bidder” refers to a person who is not a resident of Texas. “Resident bidder” refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ☐ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of . ☐ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller’s annual publication of other states’ laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 00 30 06 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: IDIQ Minor Street Improvements Project Project Number- E16250, E16251, E16252, E16253 Bidder certifies that it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Statement of Experience 00 45 16 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1 – REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders’ responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer’s request, signed and dated by the Bidder’s owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2 – EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder’s ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual’s time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience 00 45 16 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder’s past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder’s past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner’s needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3 – PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER’S ESTABLISHED GOALS FOR MINORITY, MBE, AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 4. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. Statement of Experience 00 45 16 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. 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 if color is used in the printed version of the documents. Statement of Experience 00 45 16 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 Table 1 – Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ☐ Corporation ☐ Partnership ☐ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer’s Name President’s Name Vice President’s Name(s) Secretary’s Name Treasurer’s Name If a Partnership Date of Organization Form of Partnership: ☐ General ☐ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 00 45 16 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 Table 1 – Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 00 45 16 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 Table 2 – Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 00 45 16 - 7 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 Table 3 – Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 - 8 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 Table 3 – Projects Awarded during the Last 5 Years – Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 - 9 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 Statement of Experience 00 45 16 - 10 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 Table 3 – Projects Awarded during the Last 5 Years – Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 - 11 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 Statement of Experience 00 45 16 - 12 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 Table 4 – Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority / MBE / DBE Participation Policy Name Work to be Provided Estimated % of Contract Price Statement of Experience 00 45 16 - 13 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 10-6-2015 ARTICLE 4 – CERTIFICATION 4.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder’s responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder’s organization. The individual signing this certification shall attach evidence of individual’s authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Agreement 00 52 23 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on (TBD) is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: IDIQ MINOR STREET IMPROVEMENTS PROJECT PROJECT NO. E16250, E16251, E16252, E16253 ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: ECMS, LLC Felix H. Ocanas, Jr., P.E. 5001 Oakmont Drive Corpus Christi TX 78413 2.02 The Owner’s Authorized Representative for this Project is: (TBD) ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 365 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. (NOT USED) 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 Agreement 00 52 23 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 – CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 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 $ ARTICLE 5 – PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 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 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 00 52 23 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner’s option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner’s option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 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 15.06 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. 6.02 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. 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; Agreement 00 52 23 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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. 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. 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 13.01 of the General Conditions and as may be necessary for proper Agreement 00 52 23 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor’s Bid Form. 5. 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. ARTICLE 10 – CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR – Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City Agreement 00 52 23 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary J.H. Edmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Performance Bond 00 61 13 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 00 61 13 PERFORMANCE BOND BOND NO.________________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Performance Bond 00 61 13 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev. 01-13-2016 00 61 16 PAYMENT BOND BOND NO._____________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Payment Bond Form 00 61 16 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev. 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 6 1.01 Defined Terms ............................................................................................................................... 6 1.02 Terminology ................................................................................................................................ 11 Article 2 – Preliminary Matters ................................................................................................................... 12 2.01 Delivery of Bonds and Evidence of Insurance ............................................................................. 12 2.02 Copies of Documents .................................................................................................................. 13 2.03 Before Starting Construction ...................................................................................................... 13 2.04 Preconstruction Conference; Designation of Authorized Representatives ................................ 13 Article 3 – Contract Documents: Intent, Requirements, Reuse ................................................................. 13 3.01 Intent ........................................................................................................................................... 13 3.02 Reference Standards ................................................................................................................... 15 3.03 Reporting and Resolving Discrepancies ...................................................................................... 15 3.04 Interpretation of the Contract Documents ................................................................................. 16 3.05 Reuse of Documents ................................................................................................................... 16 Article 4 – Commencement and Progress of the Work .............................................................................. 16 4.01 Commencement of Contract Times; Notice to Proceed ............................................................. 16 4.02 Starting the Work ........................................................................................................................ 16 4.03 Progress Schedule ....................................................................................................................... 17 4.04 Delays in Contractor’s Progress .................................................................................................. 17 Article 5 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions ................................................................................................................................................... 18 5.01 Availability of Lands .................................................................................................................... 18 5.02 Use of Site and Other Areas ........................................................................................................ 18 5.03 Subsurface and Physical Conditions ............................................................................................ 19 5.04 Differing Subsurface or Physical Conditions ............................................................................... 19 5.05 Underground Facilities ................................................................................................................ 21 5.06 Hazardous Environmental Conditions at Site ............................................................................. 22 Article 6 – Bonds and Insurance ................................................................................................................. 24 6.01 Performance, Payment, and Other Bonds .................................................................................. 24 6.02 Licensed Sureties ........................................................................................................................ 24 General Conditions 00 72 00 - 1 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance ..................................................................................................................................... 25 Article 7 – Contractor’s Responsibilities ..................................................................................................... 25 7.01 Supervision and Superintendence .............................................................................................. 25 7.02 Labor; Working Hours ................................................................................................................. 25 7.03 Services, Materials, and Equipment ........................................................................................... 26 7.04 Concerning Subcontractors, Suppliers, and Others .................................................................... 26 7.05 Patent Fees and Royalties ........................................................................................................... 27 7.06 Permits ........................................................................................................................................ 28 7.07 Taxes ........................................................................................................................................... 28 7.08 Laws and Regulations .................................................................................................................. 28 7.09 Safety and Protection ................................................................................................................. 29 7.10 Safety Representative ................................................................................................................. 30 7.11 Hazard Communication Programs .............................................................................................. 30 7.12 Emergencies ................................................................................................................................ 30 7.13 Contractor’s General Warranty and Guarantee ......................................................................... 30 7.14 Indemnification ........................................................................................................................... 31 7.15 Delegation of Professional Design Services ................................................................................ 32 Article 8 – Other Work at the Site ............................................................................................................... 33 8.01 Other Work ................................................................................................................................. 33 8.02 Coordination ............................................................................................................................... 34 8.03 Legal Relationships ...................................................................................................................... 34 Article 9 – Owner’s and OPT’s Responsibilities ........................................................................................... 35 9.01 Communications to Contractor .................................................................................................. 35 9.02 Replacement of Owner’s Project Team Members ...................................................................... 35 9.03 Furnish Data ................................................................................................................................ 35 9.04 Pay When Due ............................................................................................................................. 35 9.05 Lands and Easements; Reports and Tests ................................................................................... 35 9.06 Insurance ..................................................................................................................................... 35 9.07 Modifications .............................................................................................................................. 35 9.08 Inspections, Tests, and Approvals ............................................................................................... 35 9.09 Limitations on OPT’s Responsibilities ......................................................................................... 35 9.10 Undisclosed Hazardous Environmental Condition ...................................................................... 36 9.11 Compliance with Safety Program ................................................................................................ 36 General Conditions 00 72 00 - 2 Corpus Christi Standards - Regular Projects 03-23-2015 Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 36 10.01 Owner’s Representative .......................................................................................................... 36 10.02 Visits to Site ............................................................................................................................. 36 10.03 Resident Project Representatives ........................................................................................... 36 10.04 Rejecting Defective Work........................................................................................................ 36 10.05 Shop Drawings, Modifications and Payments......................................................................... 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work ................... 37 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities ..................................... 37 Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 37 11.01 Amending and Supplementing the Contract Documents ....................................................... 37 11.02 Owner-Authorized Changes in the Work ................................................................................ 38 11.03 Unauthorized Changes in the Work ........................................................................................ 38 11.04 Change of Contract Price ........................................................................................................ 39 11.05 Change of Contract Times ....................................................................................................... 40 11.06 Change Proposals .................................................................................................................... 40 11.07 Execution of Change Orders ................................................................................................... 40 11.08 Notice to Surety ...................................................................................................................... 41 Article 12 – Claims ....................................................................................................................................... 42 12.01 Claims ...................................................................................................................................... 42 12.02 Claims Process ......................................................................................................................... 42 Article 13 – Cost of the Work; Allowances; Unit Price Work ...................................................................... 43 13.01 Cost of the Work ..................................................................................................................... 43 13.02 Allowances .............................................................................................................................. 46 13.03 Unit Price Work ....................................................................................................................... 46 13.04 Contingencies .......................................................................................................................... 47 Article 14 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 47 14.01 Access to Work ........................................................................................................................ 47 14.02 Tests, Inspections, and Approvals ........................................................................................... 47 14.03 Defective Work ....................................................................................................................... 48 14.04 Acceptance of Defective Work................................................................................................ 49 14.05 Uncovering Work .................................................................................................................... 49 14.06 Owner May Stop the Work ..................................................................................................... 49 14.07 Owner May Correct Defective Work ....................................................................................... 50 General Conditions 00 72 00 - 3 Corpus Christi Standards - Regular Projects 03-23-2015 Article 15 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 50 15.01 Progress Payments .................................................................................................................. 50 15.02 Contractor’s Warranty of Title ................................................................................................ 52 15.03 Substantial Completion ........................................................................................................... 52 15.04 Partial Utilization ..................................................................................................................... 53 15.05 Final Inspection ....................................................................................................................... 53 15.06 Final Payment .......................................................................................................................... 53 15.07 Waiver of Claims ..................................................................................................................... 54 15.08 Correction Period .................................................................................................................... 54 Article 16 – Suspension of Work and Termination ..................................................................................... 55 16.01 Owner May Suspend Work ..................................................................................................... 55 16.02 Owner May Terminate for Cause ............................................................................................ 55 16.03 Owner May Terminate For Convenience ................................................................................ 56 Article 17 – Final Resolution of Disputes .................................................................................................... 57 17.01 Methods and Procedures ........................................................................................................ 57 Article 18 – Miscellaneous .......................................................................................................................... 57 18.01 Computation of Times............................................................................................................. 57 18.02 Owner’s Right to Audit Contractor’s Records ......................................................................... 57 18.03 Independent Contractor ......................................................................................................... 58 18.04 Cumulative Remedies ............................................................................................................. 58 18.05 Limitation of Damages ............................................................................................................ 58 18.06 No Waiver ............................................................................................................................... 58 18.07 Severability .............................................................................................................................. 58 18.08 Survival of Obligations ............................................................................................................ 59 18.09 No Third Party Beneficiaries ................................................................................................... 59 18.10 Assignment of Contract........................................................................................................... 59 18.11 No Waiver of Sovereign Immunity .......................................................................................... 59 18.12 Controlling Law ....................................................................................................................... 59 18.13 Conditions Precedent to Right to Sue ..................................................................................... 59 18.14 Waiver of Trial by Jury............................................................................................................. 59 18.15 Attorney Fees .......................................................................................................................... 59 18.16 Compliance with Laws............................................................................................................. 59 18.17 Enforcement............................................................................................................................ 60 General Conditions 00 72 00 - 4 Corpus Christi Standards - Regular Projects 03-23-2015 18.18 Subject to Appropriation ......................................................................................................... 60 18.19 Contract Sum........................................................................................................................... 60 18.20 Contractor’s Guarantee as Additional Remedy ...................................................................... 60 General Conditions 00 72 00 - 5 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term’s singular and plural forms, has the meaning 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 Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier’s check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 00 72 00 - 6 Corpus Christi Standards - Regular Projects 03-23-2015 13. 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. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. 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. 16. 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. §§5501 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. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. 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. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. 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. General Conditions 00 72 00 - 7 Corpus Christi Standards - Regular Projects 03-23-2015 21. 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. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. 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. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. 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 in accordance with Paragraphs 15.03 or 15.04. 26. 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 or Registered Architects qualified to practice their profession in the State of Texas. 27. 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. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. 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. 30. 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. General Conditions 00 72 00 - 8 Corpus Christi Standards - Regular Projects 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner’s Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. 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. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. 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. 35. 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. 36. Notice of Award - The notice of Owner’s intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. 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 his 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. 39. 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. 40. Owner’s Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. 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. 42. 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. General Conditions 00 72 00 - 9 Corpus Christi Standards - Regular Projects 03-23-2015 43. 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. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. 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. 46. 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. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. 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. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. 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. 51. 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. 52. 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. 53. 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. 54. 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. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. 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. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00 - 10 Corpus Christi Standards - Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. 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. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. 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. General Conditions 00 72 00 - 11 Corpus Christi Standards - Regular Projects 03-23-2015 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 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. General Conditions 00 72 00 - 12 Corpus Christi Standards - Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement 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 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; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 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, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) 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 General Conditions 00 72 00 - 13 Corpus Christi Standards - Regular Projects 03-23-2015 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. 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. General Conditions 00 72 00 - 14 Corpus Christi Standards - Regular Projects 03-23-2015 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. 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. 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. 3. 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 - 15 Corpus Christi Standards - Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. 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. 5. 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 - 16 Corpus Christi Standards - Regular Projects 03-23-2015 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, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor’s Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and 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.1, 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 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 other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. 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 General Conditions 00 72 00 - 17 Corpus Christi Standards - Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor’s sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. 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. 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 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 General Conditions 00 72 00 - 18 Corpus Christi Standards - Regular Projects 03-23-2015 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’s Indemnitees 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. 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 General Conditions 00 72 00 - 19 Corpus Christi Standards - Regular Projects 03-23-2015 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 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 13.03. 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. General Conditions 00 72 00 - 20 Corpus Christi Standards - Regular Projects 03-23-2015 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. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. 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 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. 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 General Conditions 00 72 00 - 21 Corpus Christi Standards - Regular Projects 03-23-2015 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 13.03. 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 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 General Conditions 00 72 00 - 22 Corpus Christi Standards - Regular Projects 03-23-2015 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’s Indemnitees 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. 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. General Conditions 00 72 00 - 23 Corpus Christi Standards - Regular Projects 03-23-2015 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. G. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 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. General Conditions 00 72 00 - 24 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS 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. 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. C. Do not perform Work on a Saturday, 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 Memorial Day Last Monday in May 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 General Conditions 00 72 00 - 25 Corpus Christi Standards - Regular Projects 03-23-2015 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 15.01.B 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 Document. 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. 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. 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 General Conditions 00 72 00 - 26 Corpus Christi Standards - Regular Projects 03-23-2015 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, 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. General Conditions 00 72 00 - 27 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor’s obligation to indemnify Owner’s Indemnitees 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. 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. 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. General Conditions 00 72 00 - 28 Corpus Christi Standards - Regular Projects 03-23-2015 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. 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. General Conditions 00 72 00 - 29 Corpus Christi Standards - Regular Projects 03-23-2015 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 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 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 General Conditions 00 72 00 - 30 Corpus Christi Standards - Regular Projects 03-23-2015 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, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES 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, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR’S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER’S INDEMNITEE 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’S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER’S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER’S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES 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’S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER’S AND OWNER’S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER’S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR’S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph 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’s Indemnitees by an employee or the survivor or personal representative of employee of Contractor’s Team. General Conditions 00 72 00 - 31 Corpus Christi Standards - Regular Projects 03-23-2015 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’s Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner’s Indemnitees do 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’s Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner’s Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner’s Indemnitees as an indemnified loss. 2. Owner’s Indemnitees 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’s Indemnitees to comply with restrictions or limitations that adversely affect Owner’s Indemnitees; b. Would require Owner’s Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner’s Indemnitees’ 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 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. General Conditions 00 72 00 - 32 Corpus Christi Standards - Regular Projects 03-23-2015 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. 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 General Conditions 00 72 00 - 33 Corpus Christi Standards - Regular Projects 03-23-2015 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, other contractor, or utility owner: 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 or utility owner 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 or utility owners if damages, delays, disruptions, or interference occur. General Conditions 00 72 00 - 34 Corpus Christi Standards - Regular Projects 03-23-2015 E. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related 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 Paragraphs 15.01.D and 15.06.D. 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 14.02. 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 - 35 Corpus Christi Standards - Regular Projects 03-23-2015 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. 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 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 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. General Conditions 00 72 00 - 36 Corpus Christi Standards - Regular Projects 03-23-2015 C. OAR and Designer’s authority related to Modifications is described in Articles 11. D. OAR’s authority related to Applications for Payment is described in Articles 13 and 15. 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 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. 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 - 37 Corpus Christi Standards - Regular Projects 03-23-2015 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 are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. 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 if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 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 14.05. General Conditions 00 72 00 - 38 Corpus Christi Standards - Regular Projects 03-23-2015 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 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 12. 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 13.03, 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 13.01 plus a Contractor’s fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or 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. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor’s fee. D. Contractor’s Fee: Determine the Contractor’s fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. 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 13.01.C.1 and 13.01.C.2; b. The Contractor’s fee is 5 percent for costs incurred under Paragraph 13.01.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 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) 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 Paragraphs 13.01.C.4, and 13.01.D; 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 General Conditions 00 72 00 - 39 Corpus Christi Standards - Regular Projects 03-23-2015 3. The adjustment in Contractor’s fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times 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 12. 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 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. B. Notify the OAR immediately 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. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. 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 12. 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; General Conditions 00 72 00 - 40 Corpus Christi Standards - Regular Projects 03-23-2015 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 14.04 or Owner’s correction of Defective Work under Paragraph 14.07, 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 12. 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 Bid, nor a warranty that the Bid 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. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 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. General Conditions 00 72 00 - 41 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 12 – CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer’s decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT’s decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify 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 amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions 00 72 00 - 42 Corpus Christi Standards - Regular Projects 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator’s fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 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. 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 13.01.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, General Conditions 00 72 00 - 43 Corpus Christi Standards - Regular Projects 03-23-2015 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 Saturday, 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 13.01 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; 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. 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; General Conditions 00 72 00 - 44 Corpus Christi Standards - Regular Projects 03-23-2015 e. 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; f. Deposits lost for causes other than negligence of Contractor’s Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. 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 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 13.01.C.1 or specifically covered by Paragraph 13.01.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’s Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor’s fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.C for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions 00 72 00 - 45 Corpus Christi Standards - Regular Projects 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 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 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 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 Agreement. 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 13.03.E. 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 13.03.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 Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions 00 72 00 - 46 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 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 Agreement. 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 13.01. 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 Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor’s selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 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. 14.02 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 General Conditions 00 72 00 - 47 Corpus Christi Standards - Regular Projects 03-23-2015 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. 14.03 Defective Work A. It is Contractor’s obligation to assure 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. 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. General Conditions 00 72 00 - 48 Corpus Christi Standards - Regular Projects 03-23-2015 14.04 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 15 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 15 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. 14.05 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 if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 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 General Conditions 00 72 00 - 49 Corpus Christi Standards - Regular Projects 03-23-2015 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. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies 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 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. 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 14.07. ARTICLE 15 – PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 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 2.03. 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 13.03. General Conditions 00 72 00 - 50 Corpus Christi Standards - Regular Projects 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 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 14.07; 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. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; l. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. 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; General Conditions 00 72 00 - 51 Corpus Christi Standards - Regular Projects 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. 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; q. Other items entitling Owner to a set-off against the amount recommended; or r. 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. 15.02 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. 15.03 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 after Contractor’s notification to determine if the Work is substantially complete. OAR 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 - 52 Corpus Christi Standards - Regular Projects 03-23-2015 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. 15.04 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 15.03 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. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 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. 15.06 Final Payment A. Make Application for Final 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. General Conditions 00 72 00 - 53 Corpus Christi Standards - Regular Projects 03-23-2015 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. 15.07 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 pursuant to Paragraph 15.05; 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 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. 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 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR’s instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor’s obligation to indemnify Owner’s Indemnitees 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 systems are 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. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions 00 72 00 - 54 Corpus Christi Standards - Regular Projects 03-23-2015 G. Contractor’s obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 – SUSPENSION OF WORK AND TERMINATION 16.01 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. 16.02 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; or 6. Contractor’s repeated disregard of the authority of OPT. 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 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR’s request for this information. General Conditions 00 72 00 - 55 Corpus Christi Standards - Regular Projects 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that 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 16.02.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 the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 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 16.02. 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. This 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. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination 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. 16.03 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 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. 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. General Conditions 00 72 00 - 56 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 17 – FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 – MISCELLANEOUS 18.01 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 Saturday, 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. 18.02 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. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, 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, General Conditions 00 72 00 - 57 Corpus Christi Standards - Regular Projects 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement 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 appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 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. 18.04 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 18.03 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. 18.05 Limitation of Damages A. Owner’s Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor’s Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 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 - 58 Corpus Christi Standards - Regular Projects 03-23-2015 18.08 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. 18.09 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. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 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. 18.13 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. 18.14 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. 18.15 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. 18.16 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. General Conditions 00 72 00 - 59 Corpus Christi Standards - Regular Projects 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 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. 18.18 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. 18.19 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. 18.20 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. END OF SECTION General Conditions 00 72 00 - 60 Corpus Christi Standards - Regular Projects 03-23-2015 Insurance Requirements 00 72 01 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1 – INSURANCE REQUIREMENTS 1.01 CONTRACTOR’S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non-Owned, Rented and Leased $1,000,000 Combined Single Limit Workers’ Compensation Statutory Employer’s Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor’s Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim ☐ Required x Not Required Builder’s Risk (All Perils including Collapse) Equal to Contract Price ☐ Required x Not Required Installation Floater Equal to Contract Price ☐ Required x Not Required Owner’s Protective Liability Equal to Contractor’s liability insurance ☐ Required x Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements 00 72 01 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of policies and 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 policy or 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 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 16 of the General Conditions 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’s Indemnitees 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. 1.03 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. Insurance Requirements 00 72 01 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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. 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; 4. By any other person for any other reason; and 5. 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 Section. Insurance is to remain in effective 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. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. 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 Insurance Requirements 00 72 01 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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, fixture, 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 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 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. 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 the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 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. Insurance Requirements 00 72 01 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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 Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section 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, 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 by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER’S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner’s Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor’s liability insurance and from the same company that provides the Contractor’s liability insurance. 1.05 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 Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. 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 Insurance Requirements 00 72 01 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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. 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 as provided in Paragraph 15.04 of the General Conditions. 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 Section. 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. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional Insurance Requirements 00 72 01 - 7 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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 contains provisions that the Subcontractor waive all rights against Owner’s Indemnitees, 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. 1.07 OWNER’S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 – EVIDENCE OF INSURANCE 2.01 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. 2.02 CERTIFICATES 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. Insurance Requirements 00 72 01 - 8 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: 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. ARTICLE 3 – TEXAS WORKERS’ COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS’ COMPENSATION INSURANCE COVERAGE 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. Insurance Requirements 00 72 01 - 9 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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 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. Insurance Requirements 00 72 01 - 10 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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 paragraphs (1) - (7), 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 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. END OF SECTION Wage Rate Requirements 00 72 02 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 REV 06-12-2015 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1 – PREVAILING WAGE RATE REQUIREMENTS 1.01 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 is required to pay Davis-Bacon Wage Rates. 1.02 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. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 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 §2258.053(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 or 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. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements 00 72 02 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 REV 06-12-2015 Wage Determination (WD) No Construction Type Project Type TX-40 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). END OF SECTION General Decision Number: TX150040 07/31/2015 TX40 Superseded General Decision Number: TX20140040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 07/31/2015 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb...............$ 10.69 Structures..................$ 13.61 LABORER Asphalt Raker...............$ 11.67 Flagger.....................$ 8.81 Laborer, Common.............$ 10.25 Laborer, Utility............$ 11.23 Pipelayer...................$ 11.17 Work Zone Barricade Servicer....................$ 11.51 PAINTER (Structures).............$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor.........$ 14.25 Asphalt Paving Machine......$ 13.44 Mechanic....................$ 17.00 Motor Grader, Fine Grade....$ 17.74 Motor Grader, Rough.........$ 16.85 TRUCK DRIVER Lowboy-Float................$ 16.62 Single Axle.................$ 11.61 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Minority / MBE / DBE Participation Policy 00 72 03 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1 – PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. 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. 1.02 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 as 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 Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority 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). 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. Minority / MBE / DBE Participation Policy 00 72 03 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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. 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. F. 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. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor’s aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. 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 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. 1.04 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. END OF SECTION Supplementary Conditions 00 73 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 ECMS, LLC ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR’S PROGRESS A. The allocation for delays in the Contractor’s progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 50 rain days have been set for this Project. An extension of time due to rain days will be considered only after 50 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 Supplementary Conditions 00 73 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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: NONE 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: NONE B. Subsurface and Physical Conditions No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner.” B. Hazardous Environmental Conditions at Site No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner.” . ARTICLE 7 – CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees. END OF SECTION Summary of Work 01 11 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. This project is for Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to perform minor street pavement repairs involving minor street pavement rehabilitation and replacement, base repairs with limestone, and sub-grade stabilization throughout the City. The work will be issued in work orders called “delivery orders.” Each delivery order issued will provide specific scope and requirements. The work may include saw cutting, crack sealing, seal coats, milling, curb & gutter, driveway replacement, curb ramps, and minor utility manhole ring & cover and valve adjustments. The City intends to award each contract for one initial year; however, each contract contains the provisions necessary to be a multiple- year contract with an initial 12-month period, renewable for up to two (2) additional 12- month periods. Renewal will be based on the Contractor’s successful performance of the delivery orders, approval by the City, and concurrence by the Contractor. The renewal will allow for a City-approved economic adjustment based upon published and acceptable cost-of-construction indices. There are two (2) bid schedules for this contract -- Part 1 and Part 2 -- each of which will be awarded separately. (See Invitation to Bid and Instructions to Bidders, Section 00 21 13). 1.03 WORK UNDER OTHER CONTRACTS (NOT USED) 1.04 WORK BY OWNER (NOT USED) 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. Summary of Work 01 11 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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 Alternates and Allowances 01 23 10 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: NONE 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 01 23 10 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor’s responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS: NONE 1.03 DESCRIPTION OF ALTERNATES: NONE 1.04 DESCRIPTION OF ALLOWANCES: UNANTICIPATED STREET IMPROVEMENTS 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 01 29 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 03-11-2015 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. 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; 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; Application for Payment Procedures 01 29 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 03-11-2015 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; 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. Submit approval using the Consent of Surety Company to Payment Procedures form provided. 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. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner’s Minority / MBE / DBE Participation Policy. Application for Payment Procedures 01 29 00 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 03-11-2015 1.02 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 for Attachment A - 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. Use each unit price line item in the Agreement 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. 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 cost associated with the item in the Agreement. 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. Application for Payment Procedures 01 29 00 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 03-11-2015 1.03 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. 1.04 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 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. 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 Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement 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. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures 01 29 00 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show 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 Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. 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 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 provide 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. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 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. Application for Payment Procedures 01 29 00 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 03-11-2015 B. Reduce payments for set-offs per the General Conditions. Include Attachment C – Tabulation of Set-Offs in the Application for Payment. 1.08 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 Agreement 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. 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 item 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. Application for Payment Procedures 01 29 00 - 7 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 03-11-2015 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. 1.09 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. 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; Application for Payment Procedures 01 29 00 - 8 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 03-11-2015 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. 1.10 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. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR’s recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 01 33 03 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 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 required be submitted for record purposes. 1.02 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. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01-31-13 (1.08) Drawings 01-31-13 (1.08) Specifications 01-31-13 (1.08) Addenda 01-31-13 (1.08) Modifications B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT 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; Record Data 01 33 03 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 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. 1.04 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. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data 01 33 03 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 1.06 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 by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 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 document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. 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. e. Submit color PDF documents where color is required to interpret the Record Data. f. 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. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Record Data 01 33 03 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. 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. 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 SECTION 01 31 14 CHANGE MANAGEMENT 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 1.03. 1.08 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 1.02 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. Record Data 01 33 03 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 1.02. Document will be given the status of “Filed as Received” and not 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 SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. 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 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.” 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 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 as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 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. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 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 Drawings. 1.04 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. Project Management and Coordination 01 31 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 1.05 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 SECTION 01 33 03 RECORD DATA. 1.06 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. Roadways may not be approved for construction traffic. 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 SECTION 01 33 03 RECORD DATA. 1.07 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 as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. 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. Project Management and Coordination 01 31 00 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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. 1.08 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 per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company 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. 1.09 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS (NOT APPLICABLE) 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. Project Management and Coordination 01 31 00 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre-construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or 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 in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 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 Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS (NOT APPLICABLE) 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. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination 01 31 00 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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. 1.13 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. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination 01 31 00 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 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. 1.14 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. 1.15 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. Project Management and Coordination 01 31 00 - 7 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 B. Submit a Notification by Contractor for Owner’s approval of a street closing. The request shall state: 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. 1.16 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. 1.17 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. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL 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. Project Management and Coordination 01 31 00 - 8 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 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. 1.20 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. 1.21 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. C. For the Contractor’s convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Project Engineer: Felix H. Ocanas, Jr. 361-549-4576 Designer’s name: Felix H. Ocanas, Jr. 361-549-4576 Traffic Engineering 361-826-3547 Project Management and Coordination 01 31 00 - 9 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01-13-2016 Public Agencies/Contacts Phone Number Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch 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 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E162353 11-25-2013 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 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. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 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. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer 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. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination 01 31 13 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E162353 11-25-2013 1.04 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 SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. 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. Project Coordination 01 31 13 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E162353 11-25-2013 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 1.07 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. 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. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer 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. Designer 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 clarificat ion 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 SECTION 01 31 14 CHANGE MANAGEMENT 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 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination 01 31 13 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E162353 11-25-2013 1.06 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 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. 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 items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 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. 1.08 RECORD DOCUMENTS (NOT APPLICABLE) A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination 01 31 13 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E162353 11-25-2013 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. 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. Project Coordination 01 31 13 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E162353 11-25-2013 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. 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 01 31 14 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 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 1.02 to the Designer for evaluation by the OPT. 1.02 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. 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 labor by 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; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline 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 Change Management 01 31 14 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 13 of the General Conditions 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 Designer 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 SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 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. 1.04 EQUAL NON SPECIFIED PRODUCTS 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 the procedures in Paragraph 1.05 for a substitution. B. 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 SECTION 01 33 02 SHOP DRAWINGS 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. Change Management 01 31 14 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. 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 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. 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. C. 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. Change Management 01 31 14 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 01 33 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 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. 1.03 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 SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 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. 1.04 DOCUMENT SUBMITTAL PROCEDURES 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). Document Management 01 33 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. 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. e. Submit color PDF documents where color is required to interpret the document. f. 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. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management 01 33 00 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 Prefix Description Originator 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. 1.06 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 Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management 01 33 00 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 01 Submittal Register Product Information Sample or Mockup Operations Data 01 31 00 Contractor Quality Control Plan 1.01-A 01 33 04 Progress Schedule 1.04-5A 01 31 13 Pay Applications 1.03-B1 01 31 13 Data and Test Results of All Materials 1.03-B4 01 31 13 Request for Change Order 1.03-B3 01 31 13 Claims 1.03-B5 01 31 00 Field Measurements 1.11-D 01 31 00 Street Closing 1.15-D 01 31 13 List of Subcontractors 1.04 01 31 13 Requests for Information 1.05 Paragraph No. Specification Section Specification Description Types of Submittals Required Submittal Register IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 01 33 01-1 07-03-2014 Shop Drawings 01 33 02 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 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. 1.02 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 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description Schedule of shop drawings to be submitted Contractor quality control plan Progress schedules B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT 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 SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings 01 33 02 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 at least a second review. Assume a 14 day review cycle for each time 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 Drawing; 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 Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing 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 1.10. Shop Drawings 01 33 02 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 1.04 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. 1.05 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. Shop Drawings 01 33 02 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 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. 1.06 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 SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 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 document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. 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. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. Shop Drawings 01 33 02 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 f. 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. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the Project name. 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 Shop Drawings 01 33 02 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 SECTION 01 31 14 CHANGE MANAGEMENT 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 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 1.03. 1.08 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. Shop Drawings 01 33 02 - 7 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 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. 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. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section 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. Shop Drawings 01 33 02 - 8 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 SECTION 01 33 03 RECORD DATA. 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. 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 Shop Drawings 01 33 02 - 9 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. 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 1.10.B 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. 1.11 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. Shop Drawings 01 33 02 - 10 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 cost 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. 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 01 33 03 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 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 required be submitted for record purposes. 1.02 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. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01-31-13 (1.08) Drawings 01-31-13 (1.08) Specifications 01-31-13 (1.08) Addenda 01-31-13 (1.08) Modifications B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT 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; Record Data 01 33 03 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 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. 1.04 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. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data 01 33 03 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 1.06 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 by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 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 document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. 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. e. Submit color PDF documents where color is required to interpret the Record Data. f. 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. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Record Data 01 33 03 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. 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. 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 SECTION 01 31 14 CHANGE MANAGEMENT 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 1.03. 1.08 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 1.02 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. Record Data 01 33 03 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 1.02. Document will be given the status of “Filed as Received” and not 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 SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. 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 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.” 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 01 33 04 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 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. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 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 Schedules 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. 1.03 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 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. Construction Progress Schedule 01 33 04 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 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 the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule 01 33 04 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 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. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. 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. Construction Progress Schedule 01 33 04 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 01 35 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL A. CONSTRUCTION SEQUENCE - NOT APPLICABLE B. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: C. Work shall be completed within the specified time for these items: Description Time N/A D. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. E. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION – NOT APPLICABLE A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and Special Procedures 01 35 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 C. Submit plan 2 weeks [1 month] prior to beginning the Work. 1.03 CRITICAL OPERATIONS – NOT APPLICABLE A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) N/A B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner’s normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the [for operation of the existing distribution system] [other description of critical nature of operations]. 2. Loss of [operation of the existing distribution system] [other description of critical nature of operations] 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 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 1.] 2. Critical Operation 2 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 2.] 3. Critical Operation 3 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 3.] 1.04 OWNER ASSISTANCE – NOT APPLICABLE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. Special Procedures 01 35 00 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Quality Management 01 40 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 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; 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; Quality Management 01 40 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 though 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 Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. 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. 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. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE 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 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. 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: 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; Quality Management 01 40 00 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 1.03 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 tests 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 implementing the Contractor’s Quality Control Plan resulting from these deviations. 1.04 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 SECTION 01 33 02 SHOP DRAWINGS. 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, 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 Quality Management 01 40 00 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 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 they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 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. 1.06 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, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 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. 1.08 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; 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; Quality Management 01 40 00 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; l. 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. 1.09 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. 1.10 LIMITATION OF AUTHORITY OF THE 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. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor’s Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor’s Quality Control Plan Checklist provided to review the document before 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 Quality Management 01 40 00 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. 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. Quality Management 01 40 00 - 7 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 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. Includes 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. Quality Management 01 40 00 - 8 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 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 one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. 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. END OF SECTION Temporary Facilities and Controls 01 50 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED (NOT APPLICABLE) 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 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 (NOT APPLICABLE) 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. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. 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 15 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 (NOT APPLICABLE) 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 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 2.05 TEMPORARY UTILITIES (NOT APPLICABLE) 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 (NOT USED) 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 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 Controls 01 57 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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. 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 SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 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. 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. Temporary Controls 01 57 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 1.05 PERMITS A. 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 (NOT APPLICABLE) A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 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 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 Temporary Controls 01 57 00 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls 01 57 00 - 4 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner’s operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than “well pointing” to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. 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 Temporary Controls 01 57 00 - 5 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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] [Oso Creek] [Laguna Madre] [CC Ship Channel]. E. Testing of groundwater quality is to be performed by the Owner, at the Owner’s expense, prior to commencing discharge and shall be retested by the Owner, at the Owner’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 sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer 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 sanitary sewer system the Contractor shall contact [Tilo Schmidt, Wastewater Pre-treatment Coordinator at 826-1817] to obtain a “no cost” permit from the Owner’s Waste Water Department. Owner 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 dewatering which is paid for under [Bid Items X, Y, Z]. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner’s requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description Temporary Controls 01 57 00 - 6 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner’s sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION (NOT APPLICABLE) 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 IBC 2009. [Contractor] [Owner] shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Execution and Closeout Requirements 01 70 00 - 1 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer 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. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer 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 Designer when the items of Work in the Designer’s notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer 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 Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer 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 Execution and Closeout Requirements 01 70 00 - 2 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 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 a reasonable time 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. Designer 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 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 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. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 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 SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. 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. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements 01 70 00 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions 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 services agreement; e. Indicate the start date for the correction period specified in the General Conditions 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; 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 services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION UPDATED:04/07/2015 # L3 itfOxa to eo N 041 O nt0 vZ mkt - ISZ9i1 fii 3SBa -- ZSZ9Ia dVVV LLINIDIA # sdtroffa VI 3SBJ — £sZ9I myri 0l+ N0. mqE N A rd." BY iC}unoo apAnd uDS Q0zm cocA wlo 1 -40 Q F� r 0 Ag Ps 5-5 Dir 4464,00 wwww ,O• a• -IoI IJ- wA�b a aNa—NOJDmrnwori i qfil-Mr51101HPIMMAI www Q �. ..+• H QQ a �j �iiiiwtnw •di � 5. p, 5. fA VI w6W G.. 0.i i3» 1 iifi� 1111L L .p I l i L w g REi Fl lk� n f! n wc6nww pia ni 5 F. Iu•fl•c,i g 1111 1 1'881 z. :A Mkt ^o iz r - r 11 HT i Wilt 4R1 11E[ F ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Pro ects: E16251 -West 2A & E16250 -West 2B I l'CIL SIIEE1 VICINITY MAP AND INDEX CITY of CORPUS CHRISTI -TEXAS DEPARTMENT OF ENGINEERING SERVICES x I NOIreON ry'�S. ECMS LLC w; q,^► Reg. No. F-3899 1 i2,: 5001 Oakmont Dr. t'a^_ t ;� Corpus Christi, Tx- 78413 ��sc Office: 361-986-1202 Cell: 361 549-4576 UPDATED:04/07/2015 fl x.71 SZ IsaAA — OSZ9Ia VZ JsaAA — ISZ9Ia II 3sua — ZSZ9Ia �I 3SWJ - £SZ9I1 N cf ?{f C) 37V0S db'W 01Hdbd9 LIOJ SNb'-7d W w w w w N N N fJ N fJ N N N N •-^ •-^ ^- b 00 V l.n A w N ^' ' * * * * fn d * * O n T m tia ((yy���� ��ye{.I ��ye{I fpro ro'ryro $^Qo rn cn [n cn cn cn�l��7,�c fo fo tp m L O §§ § 1 § U R V§ V f0.o N ry N O S' O r r r o N N N 5 C C 5 O.1 m CAW �07r:CA�COwW tA.b707td�' �'v�fn(� cntiror��» cnv�� C� �S. �. 1 �• -. • � • �. . . I. c7 C] C) C� -CDi -f Di c E i E n'e < 5 r ' `^�'. �O Q 5, n np1' n n n n n n n [n n rn n m m rn m m fo fo fo o m m m fo fo �y o 0. 0. vJ "° 0. 0. 0. 0. 0. 0. a 0.a 0. 0. 0. ty ti n e anE 00000_,0 1111111[14"HW 00000t6f3y 1y�, Iy-�? (➢ !D. �. i. n n n n n n n n N )V8 LLSIdHo s(1d2Joo Xiunoj orouiod uos 4 r m rri0 gg `^O v I oz-om moto m` e"-<n om50 Hzm� Z � G9 0d073 rn ci• Aw zwz O m> cn m m q W m m REVISION NO. GATE SY DESCRIPTION REVISION NO. DATE ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East lA & E16252 -East 1B Pro eets E16251 -West 2A & E16250 -West 2B TITLE SHEET, VICINITY MAP AND SHEET INDEX CITY of CORPUS CHRIST! TEXAS DEPARTMENT OF ENGINEERING SERVICES .0d'61%kis\\ ELMS LLC Reg. Na. F :3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 ' !� 'ca -986-1202 Cell` 361-549-4576 `2 �,��� ���m`•�~ 0 0 Q co SLP l..l 5+00 -w- 1 0 /` LEGEND BENCHMARK UT1L'T:' UNE POLE MONITORING WELL FIRE HYDRANT GAS VENT MANHOLE CL.EANWT UGhT POLE SIGN SOIL BORING (URS, AUGUST 2004) PIPE SUBOLT WITH PROTECTION NATION — E s NE SLOPE UNE TTP -1C A TREE TO BE REMOVED Ri EE TO REJAN V CONSTRUCTION CONTROL POINT STAFF GAGE LOCATION DRAWING REVISION NUMBER EXCAVATIONS -TEST PI'S SOIL BORING MONUMENT SURVEY EXISTING BUILDING/-I<UCTURE 0 11' -E- -u- - - - 1 FLOW DIRECTION EXISTING GAS METER EXISTING GAS VALVE EXLSTNNG GAS MARKER DUSTING WATER VALVE EXISTING GUYWIRE EXISTING SEWER MAANHOLE EXISTING TEI__?HONE PEDESTAL EXITING TELEPHONE TIANDHOLE EXIST TNG TEL,PPHONE MANHOLE EX STING TF1 »HONE MARKER EXISTING TELEPHONE CABINE=T EX ST1N CREEK OR DIVERSION CHANNEL EXISTING FENCE EXISTING PAVED ROAD EXISTING UNPAVED ROAD PRIMA.:' OVERHEAD E ECTRIC SECONDARY OVERHEAD ELECTRIC UNDERGROUND ELECTRIC PROPERTY BOUNDARY 12 SEDIMENT CONTROL SOCK SILT FENCE DRAINAGE AREA BOUNDARY TO EROSION CONTROL MEASURE MULCH FILTER BERM OR DIRT BERMS UNITS OF CONSTRUCTION INTERSTATE HIGHWAY UNITED STATES HIGHWAY TEXAS STATE HIGHWAY EXISTING ELEVATION CONTOUR WITH ELEVATION IN FEET ABOVE MEAN SEA LEVEL NEW ELEVATION CONTOUR WITH ELEVATION N FRF ABOVE MEAN SEA LEVEL TREE UNE ACI AOOL AG AMSC ALUM APPROX ASH ASSY o AT AVG AVERR6f B BMW,/ AREA P BRAYTON FRE TWANG FIELD IF BE_OW GROUND SURFACE BLDG BAS am ENDUING BOT BEAK BRG BOrrO ERG BEARING SVCS BEM AUDEN_ CURVE STATION BVL`` BEGIN VERTICAL CURVE ELEVATION RW BARB WIRE CC OR MITER TO CENTER CTOC UR CRICIIAR V OR CENTS UNE CLF CHAIN LIN( FENDS C. -_.R CLEAR OMP CORRUGATE) MEAL PIPE CO CLEANOUT CONC CONCRETE EONSTR CONSTRUCTION CONT =MINIMS OR CONTINUATION ▪ 084150 OR MITERS CUL CIAVEta cv CSV» cY CUBIC YARD AKRON CONCRETE INSTITUTE ADDITIONAL ABOVE GROUND Norm INSTITUT OFCONSTRUCTION alts= AWIDNINI OR ALUM APPROXIMATE ASHPALT ASSEMBLY DEGREES 0 OR DIA OWYEIS; DE: DETAIL DIP OR DN 0L0 001E IRON PIPE ERN DRAW ORWY DRAY DWG(S) maws) DWL(s) OOWEL(S) JIT OR EASING I A EACH EACH SCE EL_ E ENATION EL V. aEVATION ANDEL;' EMBEDMENT EP EXE OF PAVEMENT EQ. EOl4t. OR EQUALIZATION EQ- SPC_ EQUALLY SPACED ST EAE_RGHNCY SERVICES TRAINING WSITTUTE END VEAL CURVE STATION ENO VERTICAL CURVE ELEVATION EACH WAY / EYE WASH STATION DOSING 51 Svcs EVcE 84 0051 OR BIT E7ENSI3N FAB FG ABBREVIATIONS 'atm FAQ FINISHM GRADE i FOOT OR F551 F OR F FT GAL GA GALV GM GOVT_ 5740 OR GRN) GR 05 GW HDPE HMAC HORIZ HWY 1410 I5 INFO Jr LF LOC LONG LP LPE MAX Wm. Mf0 MIN MSL MW N NG NGV) NO NTS NNE OC OCEW ONL PAVT PC Prr PCL PE PGL PI POE PROP PT PVC PVI PVM GALLON GAIL GALVAIOZED GAS METER ANT GROUND GRADE GUAM= attL� WANRE HIGH DENSITY PO YE HY.SIE HOT MIX ASPHALTIC HORTON-AL HIGHWAY HYDRANT CONCG ?INERT ELEVATION ALNEs RIFORMIATVJN JOINT L WEAR 001 L1401S OF c00 TRUCTI N LOW POINT MUM PROPANE GAS MAMMON MANHOLE MIDDLE MNNIMW MEAN SEA LEVEL MONTTORNG AUL NUMBER OR POUND NORTH OR NORTHING NATURAL GROUND NATIONAL GEODETIC VERTICAL DATUM NUMBER NOT TO SCALE 140 1ATEZ ENCOUN EERED ON CENTER ON CENTER EACH WAY OIL -WATER SEPARATOR PUTS OR MOUS PAVEMENT POINT OF CURVATURE PORTLAND CEMENT CONCRETE PROTECTIVE CONCENTRATION LEVEL Ems. CEEDENCE PROFESSKINAL cDIGNEER PROPOSED „RAOE UNE POINT OF INTERSECTION PRIMARY OVERHEAD ELECTRIC PROPOSED OR FIRE FIGHTING PROP/M0;0(UP POINT OF TANGENCY POLYVINYL CHLORIDE POINT OF VERTICAL INFLECTION PLUG VALVE MOTOR OPFE'A EO RORRAD 040105 Rl C5I CONCRETE PUT RCP RD RE RENE' REDD SOH OR SCHT5 50? SUR SEC 50E SF SF 5114 SPECS STA SID SIL ITA TBR 1 00 TP 1YP Tic UP Vc VIM ROAD RDERENCE RONFOR00EMENT REQ 501/1 i 5HEOULE SRIGLE BOX CULVERT PRECAST ZANiARO DIMENSION RATIO SECTION OR SECOND SECONDARY OVERHEAD ELELIKIC 50UARE SQUARE MOT STMR.AR SPEc1E#CAJIONS STATION STANDARD SUEZ SQUARE YARD TOWNSHIP TEMPORARY BENCHMARK TO BE REMOVE) TREPHINE TOP OF CASTING ItSI FIT TYPICAL UNDERGROUND UNDERGROUND ELECTRIC UTILITY POLE AWED STAie"SG00QLOGJCAL SURVEY WHOM_ CURE VERT/CAL WATER WEST WIH WATER MiILK WAILKS10P 1BGH; WATER VALVE WASTEWATER WASTEWATER TREATMENT PLANT ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-45)76 GENERAL NOTES 1. CONTRACTOR SHALL FAMILIARIZE HIMSELF WITH THE SITES AND ALL ITEMS OF WORK. LACK OF UNDERSTANDING OF WORK REQUIREMENTS OR COMPLEXITY SHALL NOT BE CAUSE FOR ADDITIONAL COMPENSATION. 2. QUANTITIES LISTED ON PLAN SHEETS ARE APPROXIMATE AND INTENDED FOR INFORMATIONAL PURPOSES ONLY. NO EXTRA PAYMENT SHALL BE ALLOWED FOR WORK CALLED FOR IN THE DRAWINGS OR SPECIFICATIONS BUT NOT INCLUDED ON THE BID SCHEDULE. THIS INCIDENTAL WORK WILL BE REQUIRED AND SHALL BE INCLUDED UNDER THE PAY ITEM TO WHICH IT RELATES. 3. THIS SET OF CONSTRUCTION DOCUMENTS SHALL BE CONSIDERED AS A WHOLE AND THE GENERAL CONTRACTOR AND AU. SUBCONTRACTORS ARE RESPONSIBLE FOR THE INFORMATION PRESENTED ON ALL SHEETS ON THE SET OF DRAWINGS AND AU. SECTIONS OF THE SPECIFICATIONS. 4. STREETS SHALL BE MAINTAINED FREE AND UNOBSTRUCTED AT AU. TIMES EXCEPT WHERE NOTED. WHERE REQUIRED, FURNISH AND INSTALL BARRICADES AND OTHER PROTECTIVE INCLOSURES TO SEPARATE AND PROTECT VEHICULAR AND PEDESTRIAN TRAFFIC FROM DEBRIS AND OTHER DEMOLITION/CONSTRUCTION ACTIVmES. 5. CONTRACTOR TO PROTECT ALL INFRASTRUCTURES. DAMAGE TO THE EXISTING OR NEW GROUNDS AND/OR FACILITIES CAUSED BY CONSTRUCTION TRAFFIC OR CONSTRUCTION OPERATIONS SHALL BE REPAIRED OR REPLACED BY THE CONTRACTOR TO MATCH OR EXCEED EXISTING /NEW UNDAMAGED CONDITIONS AT NO ADDITIONAL COST TO THE OWNER. 6. CONTRACTOR SHALL PROVIDE AND INSTALL TEMPORARY TRAFFIC CONTROL DEVICES IN CONFORMANCE WITH THE TEXAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES, LATEST EDmON, AND AS SHOWN ON THE TXDOT DRAWINGS. 7. DURING THE ENTIRE CONSTRUCTION PERIOD, THE CONTRACTOR SHALL . MAINTAIN CONSTRUCTION WARNING SIGNS AT EACH END OF THE PROJECT TO WARN MOTORING AND PEDESTRIAN TRAFFIC THAT CONSTRUCTION IS IN PROGRESS AND OF POSSIBLE HAZARDOUS CONDITIONS GENERATED BY THE CONSTRUCTION. 8. CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR MAINTAINING A SAFE PROJECT SITE 24 HOURS A DAY. 9. THE CONTRACTOR WILL USE "DOOR HANGERS" AS NOTICES TO PROPERTY OWNERS OF THE UPCOMING WORK ON THEIR STREET. THE CONTRACTOR WILL PROVIDE NOTICES TO EACH RESIDENT AND BUSINESS LOCATED ON THE STREETS AS DIRECTED BY THE OAR DURING THE WORK. 10. THE CONTRACTOR WILL MAINTAIN PEDESTRIAN AND VEHICULAR ACCESSIBLITY ALONG THE WORK SITE. CONTRACTOR MUST NOT CLOSE SIDEWALKS ON BOTH SIDES AT THE SAME TIME IN ORDER TO KEEP ADA AND RTA ACCESS ROUTES OPEN AT ALL TIMES. UTILITIES CONTRACTOR IS RESPONSIBLE FOR LOCATING ALL UTILIES AND SHALL BE FULLY RESPONSIBLE FOR ANY AND ALL DAMAGE TO THE EXISTING PUBLIC OR PRIVATE UTILITY LINES, INCLUDING, BUT NOT UMITED TO WATER LINES, SANITARY LINES, PROCESS LINES, STORM SEWERS, GAS, COMMUNICATIONS AND ELECTRIC DURING CONSTRUCTION, WHETHER SHOWN ON THE PLANS OR NOT. ALL DAMAGES SHALL BE REPAIRED AT NO COST TO THE OWNER. CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONS IN THE VICINITY OF OVERHEAD ELECTRIC LINES. CONTRACTOR SHALL ABIDE BY NATIONAL ELECTRIC CODE AND/OR ANY REQUIREMENTS OF THE OWNER OF THE ELECTRIC LINE. PAVING 1. THESE NOTES ARE INTENDED TO ASSIST THE BIDDER IN ESTIMATING THE UNIT PRICES. 2. THE MAIN OBJECTIVE OF THIS PROJECT IS TO REPAIR FAILED ASPHALT PAVEMENT AREAS. ALTHOUGH OTHER BID ITEMS UKE MANHOLE AND WATER VALVE BOX ADJUSTMENTS, AND CURB AND GUTTER REPLACEMENTS ARE INCLUDED, THEY ARE INTENDED TO BE INCIDENTAL TO THE PAVEMENT REPAIR. IT IS NOT EXPECTED THAT THE ITEMS FOR SEAL COAT AND CRACK SEAL WILL BE USED EXTENSIVELY, OR AT AU., BUT ARE INCLUDED TO INSURE THAT A DEUVERY ORDER CAN BE ISSUED IF rr BECOMES NECESSARY. 3. IT IS ESTIMATED THAT ABOUT 90% OF THE PAVEMENT REPAIRS WILL INVOLVE REMOVAL AND REPLACEMENT OF BROKEN OR DISTRESSED ASPH ALT SURFACE WITH PROOF ROLLING OF BASE AT SOME LOCATIONS. THE ENGINEER AND THE CONTRACTOR WILL TOGETHER DETERMINE IF PROOF ROLUNG I5 NECESSARY. BASE REPAIR IS ANTICIPATED AT ABOUT 70% OF THE LOCATIONS WITH A LOW PROBABIITY THAT STABILIZATION OF THE TOP 3 INCHES OF BASE WITH 4% CEMENT MAY BE REQUIRED AT SOME LOCATIONS. POT HOLE REPAIR (SEE BID ITEMS 1-B6, 1-B7, 1-B8 & 2-B6, 2-B7, 2-B8 ) PROCESS: • THE ENGINEER WILL ISSUE A DEUVERY ORDER TO THE CONTRACTOR INDICATING THE LIMITS OF POT HOLE REPAIR. TYPICALLY, THE LIMITS WILL BE IDENTIFIED PER STREET NAME SEGMENT FROM INTERSECTION TO INTERSECTION. THE ENGINEER '5 INSPECTOR WILL MEET WITH THE POT HOLE REPAIR CREW AND IDENTIFY THE TYPES OF POT HOLES TO BE REPAIRED, AND ENSURE THAT THE CREW HAS THE PROPER TOOLS, EQUIPMENT, MATERIALS AND MANPOWER TO COMPLY WITH THE BID ITEM REQUIREMENTS AND DEMONSTRATE THE MEANS OF POT HOLE REPAIR. CREW, EQUIPMENT & TOOLS" • THE SIZE OF CREW SHALL BE THREE (3) PERSONS. THE EQUIPMENT SHALL BE A DUMP TRUCK, (12 TON). THE TOOLS SHALL BE SHOVELS, RAKES, BLOWERS, COMPACTOR, TRAFFIC CONTROL CONES AND FLAGS. MATERIALS: • THE DELIVERY ORDER WILL IDENTIFY THE TYPE OF MATERIAL TO BE USED; COLD MIX OR HMAC. COLD MIX SHALL BE ALL SEASON PRE - COATED PATCHING MIXTURE, TxDOT DMS 9202.5. TACK COAT SHALL BE SS1 EMULSIONFOR BOTH COLD AND HOT MIX. HMAC SHALL BE TYPE D, TxDOT ITEM 340. MEASUREMENT & PAYMENTS • SEE SECTION 01-29-01 FOR MEASUREMENT AND BASIS FOR PAYMENT. POT HOLE REPAIR OPERATION: • CREW SETS UP ANY TRAFFIC CONTROL NECESSARY • POT HOLE IS SWEPT (OR WITH AIR BLOWER) OF ANY LOOSE DIRT, DEBRIS OR LOOSE ASPHALT AROUND THE HOLE TACK OIL (S5-1) IS APPLIED ON THE HOLE SURFACE AND EDGES HOT MIX OR COLD MIX I5 PLACED ON THE POT HOLE LOW SPOT AND IS LEVELED. THE HOT OR COLD MIX IS COMPACTED WITH A VIBRATING PLATE COMPACTOR. CLEAN AREA AS NEEDED. EROSION AND SEDIMENT CONTROL BMP'S (BEST MANAGEMENT PRACTICES) MINIMUM REQUIREMENTS + GRATE AND/OR CURB INLETS WILL BE PROTCTED WITH FILTER MATERIAL TO PREVENT SEDIMENTS FROM ENTERING THE STORM DRAINAGE SYSTEM. THE FILTER MATERIAL WILL BE INSTALLED BEFORE DEMOLITION BEGINS AND WILL REMAIN THROUGH THE PROJECT DURATION AT ANY PARTICULAR SITE. • FREQUENT SWEEPING AND CONTINUOUS SITE MONITORING WILL BE PERFORMED TO INSURE THAT SEDIMENTS AND OTHER LOOSE MATERIALS DO NOT REACH THE STORM INLETS. ALL WASTE MATERIAL WILL BE COLLECTED AND PROPERLY DISPOSED OF DAILY. TESTING SCHEDULE DESCRIPTION. SOIL: --Standard Proctor—Subgrade --Densities —Subgrade (Asphalt Street) — Densities—Subgrade (Driveways) --Densities —Subgrade (Sidewalks) --Densities—Behind Curb and Gutter MINIMUM RATE EST. QUANTITY Per Street Material 2 Per 100 LF/Lane/Lift 2 Per 2 Driveways 4 Per 5000 SF 2 Per 200 LF 4 FLEXIBLE BASE: — Sieve Analysis --Atterburg Limits ---Modified Proctor --L. A. Abrasion ---CBR (Standard) ---Wet Ball Mill Test ---Triaxial Test --Densities of Compacted Base (Asphalt Street) --Densities of Compacted Base (C&G) Per 3000 CY Per 3000 CY Per 3000 CY Per 3000 CY Per Material Source Per Material Source Per Material Source Per 100 LF/Lane/Lift Per 200 LF/Lane/Lift 3 3 3 3 1 1 1 10 10 HOT -MIX ASPHALT (HMA) —Extraction, Sieve Analysis --Lab Density & Stability ---Theoretical Density (Rice Method) Per 500 Tons or Day Per 500 Tons or Day Per 500 Tons or Day 2 2 2 CONCRETE: -- (Unconfined Compression, 7, 14, & 28 Day) -- Curb & Gutter / Curb -- Sidewalks and Curb Ramps — Driveways Per 500 LF C & G or Location Per 4000 SF or Location Per 2500 SF or Location 2 1 1 1. The above testing rates are only anticipated guidelines. The Engineer reserves the right to conduct additional testing at the Engineer's discretion. Re -test for failures are not included. 2. Moisture contents to be included with density test. 3. In the event of failures, additional tests will be required. If excessive rain or dry period occurs on a previously tested section, the City may order re -tests as necessary. r"*1 s •. *. • `s * p/O FELIX H. 0CANAS, JR. °Aft 33006 4�• gfISTER�0' y1‘140NAL Ar qQ-4 6t6J's ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi_ Tx. 784 Office: 361-986-1202 Cell: 361-549-4576 DESCRIPTION ti toi U Li Nu o C u up al 44 z , y ,gw3 os H w t NI CP • N N Q LI F • N W a 01 Z x W 3 M' i aup ta" w r, Z i C - fs, a`. SHEET 3 ©f 34 RECORD DRAWING NO. zd z - 0 N Pe CITY PROJECT # Project Name: IDIQ Minor Street Improvements Project (Part 1 - West of Ayers Street) UNIT Project Number: E15213 Part 1-A - General (per SECTION 0129 01 MEASUREMENT AND BASiS FOR PAYMENT) 1 -Al Owner: City of Corpus Christi 1 1-A2 Bidder: Day 280 1-A3 OAR: Day 93 1-A4 Designer: ECMS, LLC Felix H. Ocanas, Jr., P.E. 5 SUBTOTAL PART 1-A - GENERAL (Items 1 -Al thru 1-A4) Basis of Bid for Part 1 -West of Ayers Street Item DESCRIPTION UNIT ESTIMATED QUANTITY Base Bid Part 1-A - General (per SECTION 0129 01 MEASUREMENT AND BASiS FOR PAYMENT) 1 -Al Mobilization/Bonds/Ins/ (not to exceed 5% -total bid) LS 1 1-A2 Traffic Control, Residential Streets Day 280 1-A3 Traffic Control, Arterial Streets Day 93 1-A4 Ozone Days EA 5 SUBTOTAL PART 1-A - GENERAL (Items 1 -Al thru 1-A4) Part 1-8 - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-B1 Seal Coat, per single course SY 1,600 1-B2 Crack Seal, 0-1" wide LF 1,000 1 63 Planing (Milling), 2" 1,000 to 2,000 SY minimum per Delivery Order SY 1,600 1 Planing (Milling), Additional 1" 1000 to 2,000 SY minimum per Delivery Order SY 1,600 1 B5 Cement Stabilized Base with 4% Cement, existing limestone base, 3-6", complete in place per SY SY 700 1436 Pot Hole Crew: Provide a 3 -man pot hole repair crew to include labor, materials, equipment & incidentals 8 -Hr. Day 70 1-37 HMAC, Type "D" material for pot hole repair, TxDOT Standard Specification for Construction Item 340, including SS 1 emulsion for tack coat Ton 660 1-68 All -Season Pre -Coated Patching mixture (ASPPM), TxDOT DMS 9202.5, including SS 1 emulsion for tack coat Ton 660 1-B9 Allowance for Unanticipated Street Improvements LS 1 Range 1 to 100 SY - Localized Flexible Pavement Structure Repairs with saw cutting ex -sting roadway; subgrade, 1814) base and surface treatment/repair using asphalt concrete (HMAC). (Items 1-810 thru 1-B10 Subgrade Repair up to 4-6" Depth (iime stabilization) SY 100 1-B11 Base Repair, Upper 2" Depth (Limestone) SY 2,200 1-B12 Base Repair, Additional 1" Depth (Limestone) SY 4,400 1-B13 Surface Treatment Repair Upper 2" HMAC SY 2,200 1-B14 Surface Treatment Repair Additional 1" Depth HMAC SY 2,200 Range 100 to 250 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, 1-B19) base and surface treatment/repair using asphalt concrete (HMAC). (Items 1-815 thru 1-B15 Subgrade Repair up to 4-6" Depth (lime stabilization) SY 100 1-B16 Base Repair, Upper 2" Depth (Limestone) SY 2,400 1-B17 Base Repair, Additional 1" Depth (Limestone) SY 7,000 1-B18 Surface Treatment Repair Upper 2" HMAC SY 5,000 1-B19 Surface Treatment Repair Additional 1" Depth HMAC SY 6,000 Item DESCRIPTION UNIT ESTIMATED QUANTITY Range 250 to 1000 SY - Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). (Items 1-B20 thru 1-B24) 1-B20 Subgrade Repair up to 4-6" Depth (lime stabilization) SY 112 1-B21 Base Repair, Upper 2" Depth (Limestone) SY 6,000 1-B22 Base Repair, Additional 1" Depth (Limestone) SY 6,000 1-823 Surface Treatment Repair Upper 2" HMAC SY 6,000 1-B24 Surface Treatment Repair Additional 1" Depth HMAC SY 6,000 SUBTOTAL PART 1-B - STREET IMPROVEMENTS (Items 1-B1 thru 1-B24) Part 1-C - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 C1 New ADA Curb Ramp: Concrete Curb Ramps, meeting TDLR requirements, complete in place SF 300 1 C2 Remove & Replace ADA curb ramp: Removal & Replacement of ADA ramps not in compliance w/ TDLR SF 300 SUBTOTAL PART 1-C - ADA IMPROVEMENTS (1-D1 THRU 1-D2) Part 1-D - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASiS FOR PAYMENT) 1-01 Removal & Replacement of Curb & Gutter, complete in place LF 3,000 1 D2 Removal & Replacement of driveway approaches, complete and in place SF 2,000 1-D3 Removal & Replacement of Sidewalks SF 1,000 1-D4 Storm Water Manhole Ring & Cover Adjustment, w/new Manhole Ring and Cover Assembly w/new Concrete Height Adjustment Rings & w/ Concrete Collar, complete in place Each 10 SUBTOTAL PART 1-D - DRAINAGE IMPROVEMENTS (1-E1 THRU 1-E4) Part 1-F - WATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 E1 Water Valve Box Adjustment w/ Concrete Collar, complete in place Each 10 SUBTOTAL PART 1-E - WATER IMPROVEMENTS (1-F1) SUBTOTAL PART 1-C - ADA IMPROVEMENTS (Items 1-C1 thru 1-C2) Part 1-F -WASTEWATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASiS FOR PAYMENT) 1 F1 Sanitary Sewer Manhole Ring & Cover Adjustment, including New Manhole Ring & Cover Assembly w/ new HDPE Height Adjustment Rings, Stainless Steel Inflow inhibitor and w/ Concrete Collar, complete in place Each 10 SUBTOTAL PART 1-F - WASTEWATER IMPROVEMENTS (1-G1) SUBTOTAL PART 1-C - ADA IMPROVEMENTS (Items 1-C1 thru 1-C2) BID SUMMARY SUBTOTAL PART 1-A - GENERAL (items 1 -Al thru 1-A4) SUBTOTAL PART 1-B - STREET IMPROVEMENTS (Items 1-61 thru 1-624) SUBTOTAL PART 1-C - ADA IMPROVEMENTS (Items 1-C1 thru 1-C2) SUBTOTAL PART 1-0 - DRAINAGE IMPROVEMENTS (Items 1-D1 thru 1-D4) SUBTOTAL PART 1-E - WATER IMPROVEMENTS (Item 1-E1) SUBTOTAL PART 1-F - WASTEWATER IMPROVEMENTS (Item 1-F1) TOTAL PROJECT BASE BID (PARTS 1-A THRU 1-F) Contract Times Bidder agrees to reach Final Completion in 365 ,�AN � oF.r �+i * . �. -.-! 1 FELIX H. OCAhAS, JR. 4 : 30(64 ar /9./ 1.C?resi©'1 elSTE,1 ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 12 z to) t>aI Z y a W if)! o 4.1 '-.. N N < ' O`O`O a;:i [11 c� r., ,r x• Q4 ckt ^" -al � E -' N W W 3, w ung', E. N �d E.C 4 W '...:4 n atm ..a a A '^ w°, ria SHEET 4 of 34 RECORD ORAWING NO. STIR 922 CiTY PROJECT #E-1521- Project Name: IDIQ Minor Street Improvements Project (Part 2 - East of Ayers Street) UNIT Project Number: E15213 Part 2-A - General (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 -Al Owner: City of Corpus Christi 1 2-A2 Bidder: Day 280 2-A3 OAR: Day 93 2-A4 Designer: ECMS, LLC Felix H. Ocanas, Jr,, P.E. 5 SUBTOTAL PART 2-A - GENERAL (Items 2 -Al thru 2-A4) Basis of Bid for Part 2 -East of Ayers Street Item DESCRIPTION UNIT ESTIMATED Base Bid Part 2-A - General (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 -Al Mobilization/Bonds/Ins/ (not to exceed 5% -total bid) LS 1 2-A2 Traffic Control,oResidential Streets Day 280 2-A3 Traffic Control, Arterial ial Str eets Day 93 2-A4 Ozone DaysTraffic Control, Arterial Streets EA 5 SUBTOTAL PART 2-A - GENERAL (Items 2 -Al thru 2-A4) Part 2-B - STREET IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-B1 Seal Coat, per single course SY 1,600 2-B2 Crack Seal, 0-1" wide LF 1,000 2 63 Planing (Milling), 2" 1,000 to 2,000 SY minimum per Delivery Order SY 1,600 2 64 Planing (Milling), Additional 1" 1000 to 2,000 SY minimum per Delivery Order SY 1,600 2 65 Cement Stabilized Base with 4% Cement, existing limestone base, 3-6", complete in place per SY SY 700 2 66 Pot Hole Crew: Provide a 3 -man pot hole repair crew to include labor, materials, equipment & incidentals 8 -Hr. Day 80 2-B7 HMAC, Type "D" material for pot hole repair, TxDOT Standard Specification for Construction Item 340, including SS 1 emulsion for tack coat Ton 760 2-68 All -Season Pre -Coated Patching mixture (ASPPM), TxDOT DMS 9202.5, including SS 1 emulsion for tack coat Ton 760 2-B9 Allowance For Unanticipated Street Improvements LS 1 Range 1 to 100 SY- Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). (Items 2-810 thru 2-814) 2-B10 Subgrade Repair up to 4-6" Depth (lime stabilization) SY 100 I 2-B11 Base Repair, Upper 2" Depth (Limestone) SY 3,000 2-B12 Base Repair, Additional 1" Depth (Limestone) SY 6,000 2-B13 Surface Treatment Repair Upper 2" HMAC SY 3,000 2-B14 Surface Treatment Repair Additional 1" Depth HMAC SY 3,000 Range 100 to 250 SY- Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). (Items 2-815 thru 2-819) 2-B15 Subgrade Repair up to 4-6" Depth (lime stabilization) SY 100 2-616 Base Repair, Upper 2" Depth (Limestone) SY 2,400 2-617 Base Repair, Additional 1" Depth (Limestone) SY 7,000 2-818 Surface Treatment Repair Upper 2" HMAC SY 6,000 7-R19 Surface Treatment Repair Ariditiona( 1" nepth HMAr SY 6,000 Item DESCRIPTION UNIT ESTIMATED Range 250 to 1000 SY- Localized Flexible Pavement Structure Repairs with saw cutting existing roadway; subgrade, base and surface treatment/repair using asphalt concrete (HMAC). (Items 2-820 thru 2-824) 2-B20 Subgrade Repair up to 4-6" Depth (lime stabilization) SY 112 2-B21 Base Repair, Upper 2" Depth (Limestone) SY 6,000 2-B22 Base Repair, Additional 1" Depth (Limestone) SY 6,000 2-823 Surface Treatment Repair Upper 2" HMAC SY 6,000 2-B24 Surface Treatment Repair Additional 1" Depth HMAC SY 6,000 SUBTOTAL PART 2-B - STREET IMPROVEMENTS (Items 2-B1 thru 2-B24) Part 2-C - ADA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 Cl New ADA Curb Ramp: Concrete Curb Ramps, meeting TDLR requirements, complete in place SF 300 2 C2 Remove & Replace ADA curb ramp: Removal & Replacement of ADA ramps not in compliance w/ TDLR SF 300 SUBTOTAL PART 2-C - ADA IMPROVEMENTS (2-C1 THRU 2-C2) I Part 2-1) - DRAINAGE IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 Removal & Replacement of Curb & Gutter, complete in place LF 1,000 2 D2 Removal & Replacement of driveway approaches, complete and in place SF 1,000 2-D3 Removal & Replacement of Sidewalks SF 500 2-D4 Storm Water Manhole Ring & Cover Adjustment, w/new Manhole Ring and Cover Assembly w/new Concrete Height Adjustment Rings & w/ Concrete Collar, complete in place Each 5 SUBTOTAL PART D -E - DRAINAGE IMPROVEMENTS (2-D1 THRU 2-D4) Part 2-E - WATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 El Water Valve Box Adjustment w/ Concrete Collar, complete in place Each 5 SUBTOTAL PART 2-E - WATER IMPROVEMENTS (2-E1) Part 2-F -WASTEWATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-F1 Sanitary Sewer Manhole Ring & Cover Adjustment, including New Manhole Ring & Cover Assembly w/ new HDPE Height Adjustment Rings, Stainless Steel Inflow Inhibitor and w/ Concrete Collar, complete in place Each 5 SUBTOTAL PART 2-F - WASTEWATER IMPROVEMENTS (2-F1) BID SUMMARY SUBTOTAL PART 2-A - GENERAL (Items 2 -Al thru 2-A4) SUBTOTAL PART 2-6 - STREET IMPROVEMENTS (Items 2-B1 thru 2-624) SUBTOTAL PART 2-C - ADA IMPROVEMENTS (Items 2-C1 thru 2-C2) SUBTOTAL PART 2-D - DRAINAGE IMPROVEMENTS (Items 2-D1 thru 2-D4) SUBTOTAL PART 2-E - WATER IMPROVEMENTS (Item 2-E1) SUBTOTAL PART 2-F - WASTEWATER IMPROVEMENTS (Item 2-F1) TOTAL PROJECT BASE BID (PARTS 2-A THRU 24) Contract Times Bidder agrees to reach Final Completion in 365 '44- ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 fi a z SHEET 5 of34 RECORD DRAWING NO, STR 922 CITY PROJECT / E-1213 5--1--2015) 0 SURFACE & SIDEWALK SLOPE BEHIND CURB O; %Z 3d015 -NIW a -a NOI13 S 0 0 0 0 0 fn 111/130 NI-31121311f1O aNV wino 11V13a 82180 ONINIV1321 )11VM3 z 11 0 y VARIES 24" MAX,* 7� -a°3 73O 4" p MINT, §' L EWT x Al 5' SDIEWALK MIN. I (USUAL) 18 18" MAX. MAX._ I I cn a9 r ✓ z o o ,U 0 8 �( 0 4 n MIN▪ . F .J 8 y. p \ \,\ N1\1\ NNN NNNNN \\N . \ (VARIES)\. z yD Oa ZZZ/� C O •/ ; 0Ov =m m nr 0 z 0 z m z z ,4 I (11z O 0F co --a F 0 0 z 0 WIDTH VARIES (5' USUAL) U A 1"' N vim2- gzI�m10o� sPlS ni F 1 oAc1A' 2S �C3]!rr�� p p� pIR•zF m pz mmU1 Nn m O= mc,gIn i PT m 9 §2 A 42 0 Z ti> mucipLlm nzopm-1m Nm �1 WsPo JTC'jQ -1fOfrrlI O m11 Ebb ti f)�1-t 'm G1 VIp E��1111 pyO .1Cmm1A rg mZOm O�,, z m z 0 ti yy -{y V UI pCpCA Na m=2Z V 29,d FCyDO2 % = y;mm C m1mmA� 20 ngAN m�CC�C�C11 �,��j� yAT�t1 c mm� 8 "ZI 2 pr 0 2 1/2" 1 3/4" lAma Z 1 1/4" z 9 0 rnrn 0 0 c 0 1 m 11V130 21311f10 '8 821A0 ..b m cn m 0 c W 0 c 1 F m m 0 c 00 m a_ r 0 M • N � p 1/2" -� m1 >I IT (SEE NOTE) I I 18" A 1 REVISION NO n DATE BY DESCRIPTION ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East IA & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B CITY OF CORPUS CHRISTI CURB, GUTTER AND SIDEWALK STANDARD DETAILS REVISION NO. DATE BY Corpus ti Fit Zell Pragraiaswiry OESCRIP ECMS LLC Reg. No. F-3899 5001 Oakmont Dr, Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 earl° 1,r1Ad 31383NDO aO Cj A O c 0 0 O z 0 0 -- 2 _. G.B_ TOOLED 6" CURB—I! � 7 (•—_3,_,,, ' �j) . t ._.._(_ MIN, N P m ...._. GRADE._BRI (IF REOUIR (A) _ —_ _ _ .T_. —_ _ . +VARIES STATION T 1111 ,_. _ * v x * t Il p C,�j SLOPE 1 I ! 1 20:7 yi 1,11 _f_ i n I CONCRETE SIDEWALK 1 (A) VARIES GRADE BRE �f G.B. TOOLED JT. II i -BACK OF CURB OF REQUIR L 1 ..__ ., m IUCWALK (B) VARIES m 4 m u + w p �olzmIgiNiq M1051%1110 ESQcoo[iXN_ b O1 $1 O �Q z' yy i'411x1r32 �[ ��$N8$ �rAio Pi iio 1 '8$ A .1 R$ D oy NQZj VI (1 4) 9 �14�4I 2 m� n~ r Az N K'i*K 1290 8 to , /I ryl lix o N lipl le sQ N > n80 o :!i:2; 20'D�' $cziD� m9(n ���R 12 msm o gn,_ i0oov iE t qm aimpJJuj1 of m-4mcrea �4v . Q 6 °A= Uma z _ 4v rn ::F c� $�� � < T is n -" r� AK D) N A v n g0 0 AS REDD. FOR SLOPE ADJUSTMENT FDR EXIST. CONC. DR, 4 RRADE BREAK (IF REQUIRED) (A) VARIES A 2 6 10 0 rn (A) 3'-0 2 VARIES m CRAOF 9REAK.. N A s E (IF REQUIRED) n F, 9jiP � v � (S) (USUAL) C&G TIED SIDEWALK (B)_ VARIES 9 REVISION NO. DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIP" 9 W ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 1 OF 3 CzarLA c hr` •C gat PO LC St*E1 l a--4as a vt ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 STATION SUMMARY OF CONCRETE DRIVEWAYS * v x * t Il p C,�j rd ''I-'i� a z v Z 4 kP 0 DIMENSION 'S' (FT-) DIMENSION 'B' (Fr.) 1� II` m a D DRIVEWAY (CONCRETE) (SY) DRIVEWAY (CONCRETE) (PRIVATE) (SY) REVISION NO. DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIP" 9 W ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 1 OF 3 CzarLA c hr` •C gat PO LC St*E1 l a--4as a vt ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 REVISION NO. DATE tti k' A l:0 O 4 t. BY 1 DESCRIPTION A IJ p ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B 6° (TYP.) CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 2 OF 3 A REVISION NO. AW -CUT LINE DATE BY c7e Pi -is Czak ta■ PArcs/go r4Esirf-rra U O N yK PROPERTY LINE 8 45 Fi to \1 DE ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 9 PROPERTY LINE (l n (0) (5) C.B. mo oc g m v (0) C.B. (5) N (A2) (GRADE BREAK) 9 r n 0 z 0 -1 m c w m 0.5 (A2) (GRADE BREAK) A 0 'n a a (5) SLOPE 50:1 TO 100:1 0.8. (A) 10:1 MAX.BZILIE SLOPE 50:1 T 1 100:1 1 i;1 MAX WALKWAY MIN. (A2) z Y 8 (C) (5) C.B. (A) • 0 0 0 B. (GRADE BREAK) (F) (0) (5) G,B. 19 c SLOPE RANCE 50:1 TO 100:1 A 0 11111111tVIV r" 11 11 11 it I1 II II deldelAWMP AA 0 ry Wpimlpo0 9 it m i g nf' C y A O F c c A r rn z .ti ri rn -o rn 10:1 MAX. VALUE OF F MAY BE CHANGED BY ENG. )VALUE b RANGE OF NORMALLY ACCEPTABLE VALUES. 1 MRA m ([STANDARD DRIVEWAY DIMENSION !, N W N W O O 0 N 8 0 1-n 0 n o W 0 n Of o W 0 o W 0 rn 0( 0 o W 0 o W 0 8 W N o W v pO. A o A atO n o N 0 A to 1 8 O lrf REVISION NO, 14) 0) DATE BY DESCRIPTION ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 3 OF 3 REVISION NO, DATE BY or�u C1 -.r sti CXpita1 IP' fir ssgraswire ma DESCRIP ECMS LLC Reg. No. F-3899 5001 Oakrnont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 0 0 0 8 IN/Or NQISNddx3 0140 AX CONC, VARIES 4 1117 MVS IVWNI 5/8 P -3/4" o T/3 ._-. w n Aa T a PAVEMENT THICKNESS 0 0 0 0 II .A 1/8"-1/4" -•3/4" T/2 T = PAVEMENT THICKNESS n 1/8"-1/4" 8 INIOr 7VN/Gflh/ON07 O344VS 0 P P W 0 S m a n ; P nq n a T= PAVEMENT THICKNESS 5/8"P a T/3 n 1/8'-1/4" T PAVEMENT THICKNESS REVISION NO DATE i 9 BY DESCRIPTION ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East IA & E16252 East 1B Projects: E16251 -West 2A & E16250 West 2B CITY OF CORPUS CHRISTI CONCRETE PAVEMENT STANDARD DETAILS REVISION NO, DATE BY Corpus Chrsti e.p1tel1 P r 4cs g m ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office° 361-986-1202 Cell: 361-549-4576 a t24rn PI Arm 1;11 :111 tt 6y REVISION NO. 7/10/09 DATE 1 11 REVISION 70 MEET 30 TAC QMP 217 (TCEC) OE$QRIPTION ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B SANITARY SEWER STANDARD DETAILS REVISION DesoRIPiION 1 OF 5 r p i C ampit aarctio E3) 10 or- gas rim ECMS LLC Reg. No, F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 E Office: 361-986-1202 8 * *w Cell: 361-549-4576 Vkwbvd.'r kss af3A00 ON18 a a 0 1 MACt..1 9Nid SIN3Y01103 RE ISDN NO, 7,,:yeav OATE PAVISIGW 70 MEET 20 TAC CHAP 2 I 7 OCEQ) DESORPTION REVISION NO. DATE By ORPT1014 ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East IA & E16252 -East 113 rtz.4., Projects: E16251 -West 2A & E16250 -West 2B c.4 k-4 SANITARY SEWER STANDARD DETAILS 2 OF 5 :ti ,cc,rpt--1-t&escr foldt.eal p) arta. traairws; .0•1111. ECMS LLC Reg. No. F-3899 5001 Oakmont Dr, Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 N REVIStON NO. 7,09/0.9 s DT Rg4$1ON fl MeV JO MC 411AP 2t7 (frat) EsP PTIO REVISION Ni ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B SANITARY StWER STANDARD DETAILS 3 OF 5 r -P gibes ir-co arses rwva s! ECMS LLC Reg. No, F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 on M imam ir`'$A °4r1Y itis Ra ' a� rum IFi4�i-�4,vv`i� •ling`, -.1110.014 mit A 4, „111111.1 VARIES U1 po •j k p to Cf'b �@p 0,01 z 4 IMP! 1 WI g pF4AO” _._. 41114 hi h Ag§ m a `gpIM X r ih° :11 MFR 14"1 A r agg h � A col )oat Rs q?1 ar ZS ti 6% `x !io., .112 ':10j1 A A gp2y 2 C 1 PPci 9'4 y a rts ti InS. �4 rft 8 IftligWr 11‘1‘;.1„ ,;i, t�T � 11F3 1�FX 15f� �1W M1$11� -,AWAi .r..ko �rv+e•-A m \1%,.{1, 8' ,OR OE'PER, 4' MAX, 7/10/09 REVISION NO. DATE 713 co, c.r.u. REI1, ON To WEFT 30 TAP CHAP 217 (T 0) fro DESCRIRT1O ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East IA & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B SANITARY SEWER STANDARD DETAILS 40F5 �.cir-peas Ch'tre Wit® 44=. ass Inalitazie Bc3'Iere:*sior me ar.iirt !SORPTION EC S LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 14.11 Office: 361-986-1202 t4ER' Csit 3.0-5494576 6.4 "gym MU. 4iONOPOVild WVAR1 stO� r L VI ;21 VI 4 a 14O 6 1: rTh% ri t fl t m A a 82 'N .0P OL. qi4 �<t Xht 1 8 sa rft FINAL, BACKFILL REVISION 140. 7/10/09 PATE ars. REVISION 70MUT 30 VAC :cMP 217 (rcEO) d'Y PE'SCRIPRON REVISION NQ. DATE oes nPTI ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East IA & E16252 -East 113 Pro'ects: E16251 -West 2A & E16250 -West 2B SANITARY SEWER STANDARD DETAILS CvrrD rs seapita P sr -ono co wary 5 OF 5 ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-9116-1202 Ceti: 361-549-4576 1 o o hi t to 1;1 is CZ41rin41 It P' A. 4w rf g m h9oli f9 4 I !z!D iG 0 �F B F. 4 n mr '_ • VI Pr 2 NWNy 1 W• I! 6 .p,,,- zv 1- 11 ('�gq9 = r A ;; v ,fin � p N 01 71b'130 107S)101d IP; BACK OF CURB FACE OF CURB NOLLO3S ONId1 MO „9l/£t £L 0 0 z p 0 n )10078 3117210 p W 0 In A' s V N STANDARD CURB INLET STEEL SCHEDULE ALL SARs No. 4 PREFORMED R.:.•,,\,,,•,,,1 A .411:'..I''..14°11 AAA1 }N N "'' \_ P I q N N b of m N N N l\i1 of °: cli n 0 V W N I• N Or m W'! 1 N N Z. # A I I N W N t� 1, o1 m ro m °; a t a 01 q 1 4 VARIES (a' -G" MAX.) 3'—O" x e" OPENING 0 ENDS 01 1- v4 N SONS 0 ONMDd0 REVISION NO. DESCRIPTION REVISION NO DKrE BY ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East lA & E16252 -East 1B Pro'ects: E16251 -West 2A & E16250 -West 2B CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS 1OF3 Cc�rpi�s C ihr Nsti CVII pity i P'Irtn.g rim a; DESCRIP ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 dertra. 2 eriAy" Q C) ` 14"0ttieAPPI" 0 Ill J 1 For n �9 4 NO gs Z ilia 4 VARIES (a' -G" MAX.) 3'—O" x e" OPENING 0 ENDS 01 1- v4 N SONS 0 ONMDd0 REVISION NO. DESCRIPTION REVISION NO DKrE BY ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East lA & E16252 -East 1B Pro'ects: E16251 -West 2A & E16250 -West 2B CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS 1OF3 Cc�rpi�s C ihr Nsti CVII pity i P'Irtn.g rim a; DESCRIP ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 dertra. 2 eriAy" Q C) ` 14"0ttieAPPI" 0 8" 6" MIN -- VARIES op Ili 9 A W N HA2 IP er t m z mom U n ,nU W 9p, ql2 2 o Inp� ?zQ}09 m D0 5! r4 a f 0 6" MIN -I VARIES 110" (0 0 pppp c� � 8X2-11 -`1p8 c Pk mrt,i 60A4, ^'pM�C�6i -'o 6m/co M D N 2•-0" MAO Am SEE PLANS (12,_0„ MAO,) ,,10" In �O1 a m O� ° W 0 w 0 a _ W o v m f q a Z 0 8" 8 4'0' MIN REVISION NO. 441 DATE BY DESCRIPTION ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 213 REVISION NO. DATE BY 0E%CRIP CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS 444 44, 20F3 C.:::.(porptAs Ci- 3t 4Csiespoiltaiii IP) czo ver'l ss ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 o B" to tit ca MPP TF.! gagf CM 12" FINAL BACKFILL • r12" 3'-0" (TYP) ( AS CALLED FOR ON PLANS \ IC 5 o g 2'-3" 6" BACK OF CURB m ° FACE OF CURB i) 12 FINAL BACKFILL 842 Ili 0 A VARIES (SEE PLANS) 1 cnn N O 1'-6" 6" 2' MIN. I 5 J 01 d 5 z 6" 12" 6" 10" 0 0 A aO V; V Fa 0 W O tg A9 `_/J MANHOLE RING 1 AND COVER 7 31 I,1 ;, 2z a cL 6°°4 R a J 2 a 0 a Pa ti s PMa0, ,' 2$ ° EE ppn o n' 22UO f�O O Cao 0 � . A\.. mt -51q 4 „ !or� ti y`? '� m0 tP 63 a., ?., A til yy N /g OPC � o �i � i�� N q w " 2.. N _, :i1 m 82.181$6 g m 28 ; t O O2 Uy O OQ^lmj� ��gO��tiOti � 6� m � �Sg �nrp rS� a•• p2� O k.ti rti�.l •„ P�{�pA rye,,•••.." �� , FINAL BACKFIU. (GREATER TFIAN 12' ABOVE PIPE) UNPAVED AREAS PAVED AREAS 4 , Io O "16 00 I! 0 0 A aO V; V Fa 0 W O tg A9 `_/J MANHOLE RING 1 AND COVER 7 31 I,1 ;, 2z a cL 6°°4 R a J 2 a 0 a ==hhhp111 a 0004 Rap Ip 0'9: m Vo ,.\ ,\_ ,.\ .\ , 3'-0" (TYP) AS CALLED FOR ON PLANS 2220y0 1 6 0 21 0 � m X00 � g u BACK OF CURB Z Cit Z O 0 0 O 01 01 0 YE 0 mY y o 00 c) k Pg Op REVISION NO DATE BY DESCRIPTION ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East lA & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B REVISION NO. DATE BY SC CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS 3 OF 3 ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 glikibtt ON fidZet .•'' ' 7.4 cgle I,1 ;, 2z a cL 6°°4 R a J 2 a 0 a Pa ti s PMa0, ,' 2$ ° EE ppn o n' 22UO f�O O Cao 0 � . A\.. mt -51q 4 „ !or� ti y`? '� m0 tP 63 a., ?., A til yy N /g OPC � o �i � i�� N q w N _, r m 82.181$6 g m 28 ; t O O2 Uy O OQ^lmj� ��gO��tiOti � 6� m � �Sg �nrp rS� a•• p2� O k.ti rti�.l •„ P�{�pA rye,,•••.." �� , FINAL BACKFIU. (GREATER TFIAN 12' ABOVE PIPE) UNPAVED AREAS PAVED AREAS 4 , Io O "16 00 I! n'$� ti aN�tg O 83- F0 q2 8 M fg i08!A8RI q;41- �goA �N o� N e VO 40°1 tp O N O 04 R cyto $�Af,w�I c� N �1 A C1 00z1.2 �-V g im'� ~ �O 0 4 1 6 0 21 0 � m X00 � g u BACK OF CURB Z Cit Z O 0 0 O 01 01 0 YE 0 mY y o 00 c) k Pg Op REVISION NO DATE BY DESCRIPTION ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East lA & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B REVISION NO. DATE BY SC CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS 3 OF 3 ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 glikibtt ON fidZet .•'' ' 7.4 cgle (... (r) Ill C. Z 1 ri 0 6 (.1.: C:15 j, -2-, J -U t, 0 --- --) -1) 'b. U l_ ) U n ..:,--- 0 ::'-`•:.-. ) (') 2 7 -ll U U r -TI'' ..? Li ) Z' --- -E1 - D 1,1 11 Fri ') ‘.) --,2, u, 9i \ (\ N o '' (,)"\+ ..,.1 i :- `As A ,/ . / . . a , 7MP 40".• •% , \ \ \ \ _ .. C2t 1 •"\\ Ntt‘cj \ 0„. ti, R 0 CO rz Y a,...^- 61 \ WIAWALK 1 \ / , 1 1 SIDENA K, . , ql iMi -8.3% 1 / 9" RAD MIN. ,, - . SURFACE , , ,o, .,,,,,,.„0„, .„ t I CURB DUALS NOT.SHOWP.1 5,r; icrh . . /Z7 ---'----CROSS SLOPE NOT TO EXCEEL7 I 2% ON ANY PORTION OF RAMP i QR TR. ANSI TION TO SWEET I . . ill -1 ••'t " li /'s '4 .i4 8 g, zb _ REVISION NO _ _ _ DA E .. ..' . -... ,,,r,„., zo ,,,,,, E-ril .- ESCR P ION REVISION 0 DA1E BY DESCRIPTION t.*4 k>4 ItX ID IQ Projects: Projects: (11Y IVIINOR STREET IMPROVEMENTS E16253 -East 1A & E16252 -East 1B E16251 -West 2A & E16250 -West 28 OF- CORPUS CI MISII PE- DFSTRIAN C,UPH k'AMP S 1 ANI)AFI)S 1 01 4 LA S Ct—lr- cies rip 5=0 ir- ic:a. igg ir- sew ti ii tato Il CMSLLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 Irina as; 0 r S tGdV ON/NIDPeb 5) 0 0 1•) aj 0 U O R iv ". '1) U 'D U mmn) A A U A 21. U A S Y'de ; NIONL ,, 3Nti Sd7Vv N O 0 ti p 00 b .5 ti 0 0 -b C7 • C_ r rjCo 0 0 1) 2 0 n A D 5) 5) rry V) 0 • A C r m 2002 0.. Z m D • r• �12 r00 rri o -I. tnyo c",- rn y `l0ty5- 2 I55)15-) r- 10 1� 0 co nl� n)A2f U- �,00�,z�l�z y110 r- 0 ina 2r- c 5-) 0 A 0 C)m0 w 2..0 •Z1 V, mIe�ri(4 Z:TOnnr)iR) AblCr) V Or, r*, �")xj 0 0)00 U t�)1.-st U7 U0y,O ivy C 'p 1Dr o 1 crr° 4?, ti RI 0 N CCI v, C) 2 U c)c�c3 )) p�y"'22 2 2a o(c5• ` ^ oimo �a 1 n r-I'?)nvlu .)taUl-p tn�Un n); t'zn t0 c7 v Um v) O Y U • y��t�12nA Cnpr�r,U��00 1) OI '1 7 hOi�U� D A-" o m D V r.. vl .-y t, SQ. 1 00—s151 j)1 oup rt2w rl •P • �' to n to rn co in 1[) w :S3 •'ON )?7V4130/S 01 SUBGRAOE PREPARATION: REVISION NO. 0) 1') co DATE BY DESCRIPTION ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Projects: E16251 -West 2A & E16250 -West 2B 01 f Y OF- CORPUS CF -F ISI -I P DFS I RIAN CURES RAMP S1ANDARDS 2 OF 4 REVISION NO. DATE BY OESC RIPTION ��- ECMS LLC Reg. No. F-3899 50Q1 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 _.1 RC1 1-1-1 J> I rdh N 0 'Tr V� • -1 -l.) I" rl .1 X --i Ln I:1 5' S10EWFlLI< 5" SIDEWALK'__ .....---.....�.,. > 2( 27" MAX Nos [1H0NE C i- u') 32 n 25 V1 frl A A 53" PROTECTED ZONE 0 Uu '1 („ NZ02O Lf>1 -02nI arv,00'n C (n n1 1 (7 I CQ I cj - c1).T 2111 c;1Zo�0-.) Ait:)O::(00(h0rU::16 5�4 22;s)p C_ U-,1�0O,,, S :a 1,1 r ) . r-13 (n0�$a ,00,0 AC) S"0A --< ii 9,57 (1) EU (.. yr C)En,^ nvl-,:U ,--sr-oz) hl Y 1) Vj z 0 hl Sin Sn � 21 c a r 13 9 (n 51) m 6z S?VfO3 C7 c REVISION NO, DATE: DESCRIPTION REVISION NO DATE OY 11) IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Projects: E16251 -West 2B & E16250 -West 2B. CITY 01- CORPUS CHRISM PEDESTRIAN CURD RAMS' STANDARDS 3 OF 4 Ccsrpus c t -r - ti Ciamb pitams ! DESCRIPTION CMS LLC Reg.. No. F-3899 5001 Oakmont Dr, Corpus Christi, Tx, 78413 Office: 361-986-1202 Cell: 361-549-4576 374e. sJ. A vof• -;".13, Y 0 m MIN > oro.�0.o.0.. %/0 00000 /6000000 0000000 0000000( 0000o0000 000000000 000000000L 0000000000 ) 0 0 0 0 0 0 0 0 0( 0000000000 .0000000000. 0.000.0.000.06Q PEDESTRIAN TRAVEL DIRECTION z 2 0 V rn 2'_,01, 3,_0„ MIN MIN 000 0000 000 0 0 0 0 000 0000 000 0000 000 0000 .) 0 0 0 0000 MIN 0000 0000 0000 01)0' 0000 000 0000 '1000' 0000 000 0000 PEDESTRIAN TRAVEL DIRECTION X0 8.3% ME1X_ PEDESTRIAN TRAVEL DIRECTION 2% MA%. z c1 00 ) ti DESCRIPTION ID IQ MINOR STREET IMPROVEMENTS Projects: E16253 -East 1A & E16252 -East 1B Projects: E16251 -West 2B & E16250 -West 28 C;IIY OE- CORP'Js CI IRISTI °FE)E S1 RIAN CURB RAN/P SIANi)ARUS 4 OF 4 Corpus Chr'sti zee PitSEM 1 IP, rice lap rem wire as DESCRIPTION ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx, 78413 Office: 361-986-1202 Cell: 361-549-4576 Barricade and Construction (BC) Standard Sheets General Notes: 1. The Barricade and Construction Standard Sheets (BC sheets) are intended to show typical examples for placement of temporary traffic control devices, construction pavement markings, and typical work zone signs. The information contained in these sheets meet or exceed the requirements shown in the "Texas Manual an Uniform Traffic Control Devices" (TMUTCD). 2. The development and design of the Traffic Control Plan (TCP) is the responsibility of the Engineer. 3. The Contractor may propose changes to the TCP that are signed and sealed by a Licensed professional engineer for approval. The Engineer may develop, sign and seal Contractor proposed changes. 4. The Contractor is responsible for installing and maintaining the traffic control devices as shown in the plans. The Contractor may not move or change the approximate location of any device without the approval of the Engineer. 5. Geometric design of lane shifts and detours should, when possible, meet the applicable design criteria contained in manuals such as the American Association of State Highway and Transportation Officials (AASHTO), "A Policy on Geometric Design of Highways and Streets", the TxDOT "Roadway Design Manual" or engineering judgment. 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC FINES DOUBLE, and other advance warning signs if the signing would be redundant and the work areas appear continuous to the motorists. If the adjacent project is completed first, the Contractor shall erect the necessary warning signs as shown on these sheets, the TCP sheets or as directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be revised to show appropriate work zone distance. 7. The Engineer may require duplicate warning signs on the median side of divided highways where median width will permit and traffic volumes justify the signing. 8. All signs shall be constructed in accordance with the details found in the "Standard Highway Sign Designs for Texas," latest edition. Sign details not shown in this manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. 9. The temporary traffic control devices shown in the illustrations of the BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in advance of the CSJ limits. The BEGIN ROAD WORK NEXT X MiLES, CONTRACTOR and END ROAD WORK signs shall be erected at or near the CSJ limits. 11. Except for devices required by Note 10, traffic control devices should be in place only while work is actually in progress or a definite need exists. 12. The Engineer has the final decision on the location of all traffic control devices. 13. Inactive equipment and work vehicles, including workers' private vehicles must be parked away from travel lanes. They should be as close to the right-of-way line as possible, or located behind a barrier or guardrail, or os approved by the Engineer. Worker Safety Apparel Notes: 1. Workers on foot who are exposed to traffic or to construction equipment within the right-of-way shall wear high -visibility safety apparel meeting the requirements of ISEA "American National Standard for High -Visibility Apparel" labeled as ANSI 107-2004 standard performance for Class 2 or 3 risk exposure. Class 3 garments should be considered for high traffic volume work areas or night time work. Orgy pre-quorified products shop be used. The "Compliant Work Zone Traffic Control Devices List" (CWZTCD) describes prequalified products and their sources and moy be ound on-line of the web address given below or by contacting: Texos Department of Tronsportotion Traffic Opero#ions Division - TE Phone {512'.- 416-3134 WEB ADDRESSES FOR REFEREN(D DOCUMENTS Compliant work zone Traffic Control Devices List iCWZ!ED) hlipri/varn.txdol.gov/poticationsfiraffictilm Texas Mamra7 en inform Trak Control Devices tTMUTCD) hitprihrmr.txdot.govipublicationsitrallic.htm Standard f5ghway Sgn Deigns for Texas iSNSD) Mimi/rwe.txdol.gov/pob5coRons/ Dotfic.htm Traffic Engineering Standard Sheets hitpr/Yeae.txdot.gov4xreinessfisscicenhim Material Producer List htipd/wee.txdoLgov/business/producemisLhim Departmental !intend Specifications (DMS) ht Ip: //nen-ixdot.gov/servies/conshrxliONmateridrspecificalions/ Roodeay Design Manual hap://eew.l xdol.gov/ser vices! gener d•servx:es/manuals.hlm .00n n®coo .o. mm FELIX H. OCAIMS, . 33008 IST NAL i%maw OaSir L' CMS LLC Reg. No. F-3899 5001 Oakmont Dr, Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 0 U Jr Taws Depterbztent Thanspartation 1 8ARR 1 CADE AND CONSTRUCT ION GENERAL NOTES 41114) REOU INDENTS BC 1) -1' 3 -MOD a BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS acio-t3.apn T,OTfom LOST r la:T cQ 1,005 timmider 2002Mom 4-03 5-10 l-07 7-i3 sa° P ' + 1YI0I�Nainiam w1wrrerior z SHE 23 34of RECORD DRARWG iiO. STR 922 CITY PROJECT # E-152 TYPICAL LOCATION OF CROSSROAD SIGNS G20 -2a IRO WORx1 t \ CROSSROAD x x ROAD WORK G. NEXT X ICES )EXi x19 .£s b 020-10 (Optiond See Nate 1 and 4) (Optrorwl see Note 1 and 4) ROAD WOWS( 4O, )EXT x IBES IEXT X WAIS 4 G20 -to x - x x G20 -2o ENO ROAD WOW /\Ahoy be mounted on bock of CW20-10 sign rich approved of engineer. (See note 2 below) 1. the typical minimum signing on a crossroad approach should be o CW20-10 ROM) WORK AHEAD sign and a G20 -2a ENR! ROAD) W000 sgniedess noted otherwise In pans. 2. The Engineer moy use the reduced size 36" x 36 ROAD WORN (READ (CW20-fl)) sign mounted back to back with the reduced size 36" x 10" END ROAD WORK (G20 -2a) sign on low volume crossroads (see Note 4 under "Typical Construction Wanag Sign Sue ad Spacing"). See the ^Standard *Inlay Sgn Designs for Texas' monad for sign details. The Engineer moy omit the advance wernag signs on low vohone crossroads. The Engineer nal determine whether o rood is low volume. This infomoIon stag be shown in the pions. 3. Bused on existing filo coodtians. the Engineer/Inspector may respire *Wand signs such as FLAGGER AHEAD, LOOSE GRAVEL. or other appropriate signs. When id0Gond sags are required these signs o0) be considered fort of the niinrne retirements. The Engineer/Inspector w2! deterrndne the props location end spacing of any sign not shown on the BC streets, Traffic Control Pian sheets or the Work Zone Standord Sheets. 4. The G20 -Io sign shot be required at high volume crossroads to advise motorists of the length of construction In either direction from the intersection. The Engineer wO determine whether o roadway is considered high Addilionol traffic control devices may be shown elsewhere in the pians far higher volume crossroads. 6. When nark occurs in the intersection neo, appropriole Boffin control devices, os shown elsewhere Ni the plans or as determined by the Engineer/Inspector, shoe be in pace. CW20-1) ROAD WORK !EXT X 0.60 n;P 020-168 T -INTERSECTION G20-161 R000 WORK is KV X RES 4 INTERSECTED ROADWAY G20-9 R20-5 R20-5 PLAGUE WOR% ZONE TWFFC FRIES DOUBLE 1.11111 SKIIENTI CSJ LAWS AT T-OITERSECTION G20 -5T G20-6 1 Black - Gty 1000'-1500' - Hwy BEM ROAD WORK 1'EX1 X 10.60 Muir MEMOS sun Wee/Cm 11 W00/-1500' - Hey 1 Block - City CSJ Limit 520-9 820-5 R20-5 PLAQUE ROAD W006 G2D-2o 1. Tice Engineer vii determine the types and location of any od6)iond troffic control devices, such os a flogger and accompanying signs, or other signs, that should be used when work is being performed of or nes on intersection. 2. 1f construction closes the road at a 7 -intersection the Controc)or shot! place the G20-6 "Contractor Nome" sign behind the Type AI Barricades for the rood closure (see BC(101 also). The G20-1bt and 520-I6R signs shall be replaced by the detour signing celled for in the plans, WORK ZONE TRAFFIC FRIES DWBIE WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS CW20-10 SORK EA XX t CW13-1 T x 020-5T x 520-5 Type 0 Barricade ar channefiziag devices SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS • BEM llfAPWORK x WES a5 our 411E pomemos ¢ e o XX nix CW13-1 r x \1 DO NOT A55 R4-1 (as oppropriate) CW20-10 x y4 �4 X 0 BEGIN WORK ZONE RAMC 6665 DOUBLE 3X 61100325 CSJ L`rnit When extended &stances occur between rsiend work areas. the Engineer/inspector 0)10010 ensure oddtionot Road Work /hood (CV/20-TO) signs are paced in advance of these work areas to remind drivers they ore MN within the project limits. See the oppkcabte TCP sheets for exact location and spicing of signs and ctmrme60+rg devices. EN) TOM W00K G20 -2o x Beginning of N0 -PASSING fine should coordinate with sign location SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS ROAD CLOSED Rt) -2 Cwt -6 Type el 0aricede or e vraing dise devices K 00X CWi3-1 X \ _,_ X X \ _, BEGIN ROAD WORT( 1E01 X 14E5 ISM rau[ss er SUE z x G20-9 x x 820-5 x x R20-5 PLAQUE X WORK ZONE IRI/MC FINES 000060 Ye MOM 15Ev WARNING SIGNS STATE LAW 820-3 .. X a AREA "�'-- CSJ Limit ENO ROAD WORK G20 -2a x x NOTES G X x 0213-9T x x R20-5 x x R20-5 x x PLAGUE X x -tom 4 06E0 w0R0Bhe slats STATE LAW w END ,WORK ZOIE, The Contractor shoe determine the appropriate &stance to be pieced on the 020-1 series signs end 020-5T sigh for each specific project This &stance shill replace the "X" and shall be rounded to the nearest whole ante vain the approved of the Engineer. No decimals shell be used. The G2D-97 and G20 -2b shat be used when advance sighs are required outside the CSJ L'rruits. They inform the motorist of entering or feeling o work zone where troffic fires may double if workers are present. Required CSJ Limit siging. See mei Note 10 an BC(1). M Areo far placement of "ROAD WORK LJ AHEAD" imp ant ear egos or devices os oohed for on the Traffic Control Pion. 820-3 x a O 520-26 x x TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING 1.5.5 SIZE Sign Number or Series Conven- tionai Road Expressway/ Freeway CW.20 CW21 CW22 CW23 CW25 48" x 48" 48" x 48" CWI, CW2, CW7, CW8, CW9, CW11, CW14 36" x 36" 48" x 48" CW3, CW4, CW5, CW6, CW8-3, CW10, CW12 48" x 48" 48" x 48" SPACING Posted Speed Sign Spocing MPH Feet (Apprx.) 30 35 40 120 160 240 45 320 50 400 55 5002 60 600 2 65 700 2 70 600 2 75 900 2 80 1000 2 * * 3 * For typical sip wings on &tided Rghwnys, erpresseays and (teeneys, see Port 6 of the "Texas Dona on Uniform Traffic Control Devices" 111010)) tricot ofpicatian 6ogems or TCP Standard Sheets. A grin= &stance from work oma to frst Advance Warms sign nearest the work exec and/dr &Moine between each oddlimd sign. Gemd Natev L Spedd or lager size signs may be used as necessary. 2. Distance between signs should be increased as remixed to have 1560 feel advance warning. 3. &stance between signs whodd be increased es remitnd to have %z ode of mare advance worir'0 4. 36" x 36" ROA) MK PLEAD 101920-301 syrs may be used on low adobe crossroads al the dscreiron of the Eagneer. See Nate 2 under "Typical Location of Congeal Syne. 5. Oily dalmald shaped earring sign sizes are irdcaled. 6. See sup size fisfng it "1630)", Sm /ppm& be the "Standard lighroy Sge Oesiers far Teras" manual fa cm5lete Est of evadable sign design sizes. LEGEND d, SNgn 0 0 Chexne6zina Devices I X Type el Barricade See Typical Conslructioo Wonting Sign Srze orad Spacing chat or the TIAUTC0 for sign spacing requirements. 42" 3"R OD MARKIN S Lt l/ D S S � r"1 C7 � isle 1.l V kr(j�j] 1 R20-3 Legend/Border - Block Background • White 5.5- 5"E 3- 5"121 3•' 5'O 4" 6"6 5.5" 6 EUX H. OCANAS, jR 33006 ISTE � voaart.+ "P %%tib (qf g/ ECMS LLC Reg. No. F-3899 5001 F;. €4 a.it Dr. Corpus Christi, Tx. 78413 Office: 361- x -12Q2 Cell: 361-549-4526 0 u ) iYi " 4% ttl � �w3 to O VD VZ —3- O WW • la a aea to E.,3 In to tn ate; Z0-1 • WW —u G) BARRICADE AND CONSTRUCTION PROJECT LIMIT STANDARD z SHEET of o 34 RECORD DRAWING NO. STR 922 CRY PROJECT 1F--15213 Sii}nng shown for one erection only. See SCi21 for odrbt onol odvee ce ainnitn CS.i LIMITS TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed limits shall be regulatory, established in accordance with the "Procedures for Establishing Speed Zones,' and approved by the Texas Transportation Commission, or by City Ordinance when within Incorporated City Limits. Reduced speeds should only be posted in the vicinity of work activity and not throughout the entire project, Regulatory work zone speed signs (R2-1) shall be removed or covered during periods when they are not needed. SPEED LIMIT 70 NIGHT 55 R2-1 R2-3 GUIDANCE FOR USE: Ic i75a` - 15007 See General Note 4 WORK G20-4 ZONE SPEED LIMIT 60 R21 LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be included on the design of the traffic control pions when restricted geometrics with a lower design speed are present in the work zone and modification of the geometrics to a higher design speed is not feasible. Long/intermediate Term Work Zone SpeedLimitsigns, when approved as described above, should be posted and visible to the motorist when work activity is present. Work activity may also be defined os o change in the roadway that requires a reduced speed for motorists to solely negotiate the work oreo, including: a) rough rood or domoged pavement surfoce b) substantial alteration of roadway geometrics (diversions) c) construction detours d) grade e) width 1) other conditions readily opporent to the driver As long os any of these conditions exist, the work zone speed limit signs should remoin in place. SHORT TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be included on the design of the traffic control pions when workers or equipment are not behind concrete borrier, when work activity is within 15 feet of pavement edge or actually on the pavement. Short Term Work Zone Speed Limit signs should be posted and visible to the motorists only when work activity is present. When work activity is not present, signs shot be removed or covered. (See Removing or Covering on BC(4)). ID Signing shown tor one 5rection only. See BCt2; for oddtianol advance sigreng. CSJ LIMfTS See General Note 4 WORK; C20-9 ZONE SPEED{ LIMIT I R2-1 GENERAL NOTES: SPEED LIMIT NIGHT R2-1 R2-3 1. Regulotory work zone speed limits should be used only for sections of construction projects where speed control is of major importonce. 2. Regulatory work zone speed limit signs shoo be placed on supports at a 7 foot minimum mounting height. 3. Speed zone signs are illustrated for one direction of travel and are normally posted for each direction of travel. 4. Frequency of work zone speed limit signs should be: 40 mph and greater 0.2 to 2 miles 35 mph and less 0.2 to 1 mile 5. Regulatory speed limit signs shall have block legend and border on o white reflective background (See "Reflective Sheeting" on BC(4)). 6. Fabrication, errection and maintenance of the CW3-5 sign, G20-9 plaque and the R2-1 and R2-3 signs shall not be paid for directly, but sholl be considered subsidiary to Item 502. 7. Turning signs from view, laying signs over or down will not be allowed, unless other- wise noted. 8. Techniques that may help reduce traffic speeds include but are not limited to: A. Low enforcement. B. Flogger stationed next to sign. C. Portable changeable message sign (PCMS). D. Low-power (drone) rodor transmitter. E. Speed monitor trailers or signs. 9. Speeds shown on details above are for illustration only. Work Zone Speed Limits should only be posted as opproved for each project. WORK ZONE SPEED LIMIT 02D -5 R2-1 SPEED LIMIT 70 NIGHT 05 R2-1 R2-3 Aa FEY R OGAfAS, JR.o., 33006 15 g `tom $" SAL C ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 mmmonmismaiviesexconexecerassamemeneomemassommoweemereami a1 0 U SHEET 25 34 RECORD DAM N0 STR 922 CITY PROJECT F-15213 TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS Travel lone edge or greater Y f/Jieeezlfl Paved '4V&1`//Me‘x * When placing skid supports on udeve) graand, the leg post lengths must be adjusted so the sign oppeoes straight and plenb. Objects shall NOT be paced oder skids as o meows of Wevems. When plaques are placed on dud -leg supports. they should be ottashed to the upright nearest the travel lane. Supplemeda plaques (advisory or &sioncet should not cover the surfoce of the parent sign. ** 11101 PREVENT Support shat not protrude above sign Support shoe not protrude above sign ATTACHMENT FOR SiGN SUPPORTS Sign supports slice extend more then 1/2 way up the bock of the sign substrate. FRONT ELEVATION Wood, meld or Fber Reinforced Plastic Splrang embedded perforated square metol tubing in order to extend post height we only be lowed when the splice is made using fou bolls, two above and two below the spice point. Splice must be located entirely behind the sign subslrote, not neor the base of the support. Splice insert lengths should be ot teost 5 times nominal post size, centered on the splice old of o1 least the some guoge molerlot. OR SIDE ELEVATION Wood Attachment to wooden supports we be by bails and nuts or screws. Use TxDOT's or manufacturer's recommended procedures for oltocting sign substrotes to other types of sign supports Nails will NOT be allowed. Each sign shall be attached directly to the sign support. Multiple signs shall not be joined or spliced by any means. Wood supports shall not be extended or repaired by splicing or other means. STOP/SLOW PADDLES 1. STOP/SLOW paddies ore the primary method to control troffic by Doggers. The STOP/SLOW paddle size should be 24" x 24" os detailed blow. 2. When used of night, the STOP/SLOW puddle shall be retroretectorized. 3. STOP/SLOW paddles may be ailoched to a slot/ with a 011010urm length of 6' to the bottom of the sign. 4. My fights incrporoted into the STOP or SLOW paddle faces der arty be as specifically descrbed in Section 6E.03 Hand 5gaoing Devices in the TMUTCD. 2 24 8ot0gwrd - Red Lewd 6 Bards • Mile 24 Bvkgood - 0rrnyt Leden0 0 Bader - Roc: CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS L Permanent signs ore used to gee notice of trot& taws or regdolions, cot attention to zonations that ore potentially hazardous to trolfic eperotons, show route deshgrolios, destinations, dveatons, &stances, services, points of interest, and other geographical recreational, or culbed informobon. Drivers proceeding through o work zone need the some, if not better route guidance os normally istoled on a roodway withaot constructran. 2. When permanent regulatory or waning sips confect with work zone condition, remove or cover the permanent signs anIl the permanent sign message matches the roodwoy condition. 3. When misting permanent silts ore moved and relocated due to construction purposes, they shall be visite to motorists of all times, 4; if existing signs ore to be relocated on their rigind supports, they shoe be instated an croshwrthy buses as shown OR the SLA) Standard sheets, The signs Shop meet the required maeneng heights shown an the BC Sheets or the SMO Standards. This work should be paid for under the appropriate pay item for rd000tig existing signs. 5. If permanent signs ore to be removed and relocoled using temporal supports, the Contractor shoe use uoshwarthy supports as shown on the BC sheets or the CWZTCD, The signs shoe meet the required metalling heights shown on the BC Sheets or the SMD Standards dieing construction. This work should be paid it under the appropriate pay item for retocoting existing silts. b, Any sign or traffic control device that is struck or damaged by the Contractor or his/her construction egopment shoe be replaced as soon as possible by the Contractor to ensure proper guidance for the motorists. This will be subsidiary to Item 502. GENERN. NOTES FOR WORK ZONE SICRO 1. Contractor shell 'wine ad maintain signs in o straight and plumb core:tion and/or as drected by the Engineer. 2. Wooden sign posts shall be painted elite. 3. Barricades shell NOT be used os sign supports. 4. hos sloe MDT be used to altoch signs to any support. 5. At signs did be koteeed in accordance with the plans or os drected by the Engineer. Srgos shop be used to regulate, worn, and gide the hovering pubic safely through the work zone. 6. The Contractor may furnish either the sign design shown in the plans or in the "Standard I6ghwoy Sign Design: for Texas" 151550). The Engineer/inspector may require the Contractor le furnish other work zone signs that are shown in the IMIJ1'CD but may have been omitted from the plans. My variotan in the plans shall be documented by written agreement between the Engineer and the Contractor's Responsble Person. Pe charges must be documented in writhes before berg implemented. Ttis con inctude documenting Ibe changes in the Inspector's ToDOT dory and having both the Inspector and Contractor WWI and dote the agreed upon changes. 7. The Contractor shall furnish singe supports listed in the "Cornpeont Work Zone Traffic Control Device List" ICWZTC01. The Contractor shall 'install the sir support in accordance with the monufaclerer's reconvnendotions. If there is question regarding installation procedures, the Contractor shall furnish the Engineer o copy of the maalocturees installation recommendations so the Engineer con verify the correct proceduresorebeing followed. 8. The Contractor is responseee for instating signs on approved supports and replacing sips with danoged or crocked substrates and/or damaged or mored reflective sheetirg.os directed by the Engineer/Inspector, 9. ldrnGficotion makings may be shown only nn the bock of the sigh subslrote. Tice maximum height of letters and/or company logos used for identification shall be 1 inch. ID. The Contractor shall replace damaged wood posts. New or damaged wood sign posts shoe not be spiced. DURATION OF WORK this defined by the "Texes Uoaal an aliform Traffic Control Devices" Port 61 1. The types of sign supports. sign mounting heght,lhe size of signs, end the type of sign substrates con vary based on the type of work bag perlomed, The Engineer is responsible for selecting the appropriate size sign for the type of work being performed. The Contractor is respons'bie for ensuring the sign support, sign mounfmg height end substrole meets manufacturer's recommendations 3n regard to crasDwortiness and daotan of work requirements. a Long -tam stolianory - work that occupies a location more Ilan 3 days. b. tntermedl le -term stationary - work that occupies a location more then one doySghl period up to 3 days, or nightene work lasting more than one four. c. Short-term stationary - daytime tort, that occupies o tocolion for more than 1 torr in o single ddyeght perios. d. Short, duration - work that occupies 0 location up to 1 hour. e. Moble - work that moves continuously or intermittently (slopping for up to opproximotely 15 minutes.) Slat MINTING IlEfGHT - 3. The bottom of Long-term/Inlermedote-lerm signs shoes be of Leos' 7 feet, but not more than 9 feet. obove the paved surface,- except as shown for supplemental plaques mounted below other signs. 2. The bottom of Short-term/Short Duration signs shall be o minimum of 1 foot obove the pavement surface but no more than 2 feet above the ground. 3. Long-term/Intermedole-term Signs may be used in Neu of Short-ierm/Short Devotion signing. 4. Short-term/Short Duotion signs shop be used only during doylight and slice be removed of the end of the eorkdoy. or raised to appropriate Log-term/intermediate sign height, 5. Regulatory signs seep be mounted ot least 7 feet, hurt not more this, 9 feel, above the Roved surface regorteess of work duration. SIZE OF SIGNS L The Esgaeer may allow the use of smaller size construction warring signs on secondary roads or city streets where speeds ore low if the sign sue is listed as on option on the "Typical Construction Wonng Sign Sze and Spacing" chart shown on 80121. 2. The Controctor shall furnish the sir sizes shown in pleas, the RC Sheets, the TCP sheets or os directed by the Engineer. SIGN SUBSTRATES 3. The Conlroctor shall ensure the sign substrote is istated in accordance with the mauloctorers recommendotlons for the type of sign support that is being used. The CWZTCD ells each subslrole thou con be used on the afferent types ond models of sign supports. 2. "Mesh" type moterios ore NOT an approved sign srbstrote, regardless of the tightness of the weave. 3. AB wooden individual sign pooels fobricoted from 2 or more pieces shoe have one or more plywood 03001, 1/2" thick by 6' wide, foslened to the back of the sign and extending fully across the sign. The cleat shill be otloched to the bock of the sign using wood screws heal do not penetrote the lone of the sign panel. The screws shot be placed on both sides of the spice and spaced ot 6" centers. The Engineer moy approve other methods of splicing the sign foce. REFLECTIVE 5)$ETB9G 1. AN signs shoe be retrarellective and constructed of sheeting meetig the color and retro oeitectivity requirements of 0/15-8300 for rigid signs or 01(5-8310 for roe -up signs. The web address for DMS specifications is shown an 80(1). 2. White sheeting, meeting the requirements of i1M5-8300 Type C Ofigh Specific Intensity), shoe be used for signs with o white back- grotnd. 3. Orange sheeting, meeting the requirements of OMS -8300 Type E (Fluorescent Prismatic), sloe be used for rigid signs with orange lockgrards. SIGN LETTERS 1. Pe sigh letters and numbers shall be clear, and open rounded type uppercase alphabet letters as approved by the Federal ierway Administration WFHWA) and os published in the "Siandrd l 91iwoy Sign Design far Texas" manual. Signs, lets_ and numbers shalt be of first Gloss workmanship in occardonce with Deportment Stadords and Specifications. REM0Vt1G OR COVERING 1. When sign messages may be confusing or do not appy. the signs shoe be removed or completely covered. 2. Long-term stolionory as intermediate slotiontey signs irstaeed on square meld luhang moy be turned owoy from traffic 90 degrees when the sign message is not opplcoWe. This type of sign support meets the croshwarthiness standards regardless of the deecton of :rpocL This technique may not be used for sages installed in the medal of 0vided higuwoys or new any intersections where the sign may be seen from approaching traffic. 3. Sys cstoted on wooden skids sloe not be turned of 90 degree angles to the roadway. These signs should be removed or completely covered then not required. 4. When signs are covered, the maters used shoe be opaque, such os heavy 00 Kock plastic. or other molerids which will cover the entire sign face and montom their opoque properties under automobile headlights of night, without damaging the sign sheeting. 5. Butap sloe NOT be used to cover signs. 6. tent tope or other adhesive material shoe NOT be affixed to 0 sign lace. These moterirls con damage the retroreteclivly of sheeting. 7. Sips and anchor stubs shoe be removed and holes bock(lled upon completion of work. SIGN SUPPORT WEtGliTS 1. Where sign supports require the use of weights to keep iron twang over, the use of sandbags with dry. cohesiordess sad is recommended. 2, Tice sandbags wS be tied shut to keep the sand from sp ng and to mainten a constant weight. 3. Rock, concrete, iron, steel or other sold objects shale not be permitted for use os sign support weights. 4. Sandbags should weigh o minimum of 35 this and o maximum of 50 lbs. 5. Sandbags shoe be mode of o durable materiel that teas upon vehicular impact. 6. Rubber (such os tire inner tubes) shoe NOT be used for sandbags. 7. Rubber bdtas1s designed for clmmelaig devices should not be used for Wiest on portable sign supports. Sign supports designed and manufactured with rubber bases may be used when shown on the 05420CD est. B. Smdbogs shop only be ploced along or laid over the base supports of the traffic control device and shoe not be suspended above grand level or hong with rope, wire, chains or other fasteners. Sandbags shoe be ploced °long the length of the skids to weigh dawn the sign support. 9. Sandbags shoe NOT be placed under the skid and shall not be used to level sign supports pieced on slopes. OF FELIX H. ©CAMAS,JR. 04. iN:,- 33006 .... a 4� e isTE �4, � ((NAL, It*? ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell 361-549-4576 Tame BARR I CADE AND CONSTRUCT ION. TEMPORARY S I CM NOTES BC(4)-13 -MOD uc: ... adn o TACIT :T L Ix®0ilm: i 4-07 T-13 Of, MISS SiiMS 00 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES STANDARD RECORD D DI 4I W NO. Z1 STR 922 CITY PROJECT # E.I31I3 SKID MOUNTED WOOD SIGN SUPPORTS LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS 0 Front atr° ,j h 36- 4x4 wood Past Llozimum 12 sq. IL of sign. face See BC(4) for sign height regmement 1 Side 2x6 Top 1-"1,‘,/ skid Length of sleds may be increased for od06ond siaarr1y. 4x4 block 4x4 block 318" bolls w/nuts or 3/8" x 3 1/2" fmn.) log screws SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS 48 s 48"-Ifkmn 6- 5/i6"bdt x 2 1/4" gale 5 bolts, mdruded 5 - 1 1/2" plosx washer, }(sawn) p(oslc 12 - 5/16" flat washers, sign 5 - rids per sign 1 3/4" x 1 3/4" x 11 foot 12 go post / (DO ICT SPLICE} Upright must telescope to provide 7' height above povemeni. 1 3/4" x 1 3/4" x 14 go cross brace 2" x 2" x 12 ga. skids 3/8" x 4 /14" grade 5 bait asngno1 and washer Weld boll lhru tubing of 1" off top of skid 48- 48 2.5' 71 SINGLE LEG BASE Side View 2"x2" • • • 42 go. upright weld starts here weld weld > DUAL LEG BASE Front View Welds to stat on opposite sides gsrg in opposite (Erections. Ulirinxsn weld, do not bock i0 puddle. end starts here Upright must telescope to provide 7' height above pavement 48" 36 x 36"-lOmm extruded thinwal plastic men 1 3/4" x 1 3/4" x 11 foot 12 go post (DO NOT SPLICE) 1 3/4" gold. round with 5/16" holes of 1 3/4" x 1 3/4" sgwre tubing 36" pin al ongle needed to match sideslope GROUND MOUNTED SIGN SUPPORTS Refer to the CW2TLD and the manufacturer's installation procedure for eoch type sign support. The moinsome sig square footage sting adhere to the mauioclurer's recommendoloon. Too post installations can be used for forger signs. OPTION t (Direct Embedment) PERFORATED SQUARE METAL TUBING Sgn Post Anchor Stub 11/4" larger than Sign pool) 34" min. in strong sols, 55" weak sods. OPTION 2 (Anchor Stub) WEDGE ANCHORS Both steel and plastic Wedge Anchor Systems os shown on the 5611 Standard Sheets may be used os temporary sign supports for signs up lo 10 square feet of sign face. They may be set it concrete or in sturdy sods if approved by the Engineer. (See web address for "Traffic Engineering Standard Sheets" on SC(D). 1 /2" Dio {typ) 1 a Direction of Trot his WOOD POST SYSTEM FOR GROUND MOUNTED SIGN SUPPORTS Narmrtl Post Size No. of Posts Maximum Sq. feet of Sign Face Minimum Sob Hotels) Embedment Fequired Drdted 4 x 4 1 12 36" NO 4 z 4 2 21 36" NO 4 x 6 1 21 36" YES 4 x 6 2 36 36" YES GENERAL NOTES 1. Na1s may be used in the assembly of wooden sign supports, but 3/8" bolts with ruts or 3/8" x 3 1/2" lag screws must be used on every joint (a final connection. 2. More detobs of approved Long/lntermed'ate and Start Term supports con be foal on the CWZTCD isl. See 8010 for website locolion. 3. No more than 2 sign posts shall be placed within a 7 ft. circle, except for specific materials noted on the 07120CD List. 4. When project is completed, oil sign supports and foundation shall be removed from the project site. This wit be considered subsioay to )tem 502. 0 See BCl4)) for definition of "Work Duration." Wood sig: posts MUST be one piece. Splicing aid NOT be allowed. Posts shot be pointed white. See the CWZTCD tar the type of sign substrate the) con be used for each opproved sign, support. 00 Sign Post Opliond reinforcing sleeve {1/2" forger than sign post) z 18" 34" mar. in strong sobs, 55" rani. in weds sobs. Anchor Stub (1/4" lager (hon sign post) OPTION 3 (Anchor Stub and Reinforcing Sleeve)) WING CHANNEL Lop-spice/base bolted anchor 00 /l Post Bose See the CW270 1 Post for en>5edment. 40110 0,66.300600 aa ese saa<,•8a we FELIX H. GAG , n"®aa 33006 ECMS LLC Reg. No. F-3 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 I 0 U BARRICADE AND CONST*JCT I ON TYPICAL SIGN SUPPORT BC(51.13-MOD D C) Q U z cc un cc O CL CL unD QD z Q U H ham- 3. see TzNIT ;m TAtli 180 int llc. �ToODTtionender 2002 01.12 mei SEG MMar !-07 7-13 2 O 91 SiErT 27 d 34 ILE: Ma Q STR 922 CffY PROJECT /E-15213 PORTABLE CHANGEABLE MESSAGE SIGNS 1. The Encjteeer/Inspector shd'i approve oar messages used on portable chongeoble message sus f➢C 1S1. 2. Messages on PCMS should coatmh ne more then 8 wards }about lour to eight characters per word], no) inducing simple words such as 'TO." "Fol," "AT " etc. 3. FAessoges shade consist of a single phase, or two phases that alternate. Three-phase messoges we not slowed. Each plcere of the message sho t convey a single thought, and rust be understood by este!. 4. Use the word "EXIT" to refer to an ebl ramp on lreewoya Le., 'EMT CLOSED,' Do mot use lbe term -RAMP.' 5. Aieoys use the route or interstate designation Oel, 115, SH, F/t) along with the number Mien referring to a roodeay. 6. When in use the bottom of o stolionery POE message pane stautd be a miinaee 7 feel above the roadway, where posadde. 7. The messoge term "WEEXEle" should be used only if the work is to short an Saturday mor311g mfd end by Sunday eve�g at midright. Actual days and lows of work sbmid be dsployed an the PCMS it work is to begin on Friday everting andlor caniuue sato Monday marring. & The Enpxa/Mspectar may select one of two options evict are oval - ode for displaying a leo-pig awe on a PCMS. Each phase may be disployed tor either our seconds each or ton three seconds each 9. Do not "flash" messages or words iackuded in a massage. The message should be steady burn or confirarous wide deployed. 10. Do not present redudord information on a two-phase messagel Le-, keep} a two Dies of the messoge the some and dualling the third Favre. 11. Do not use the word "Darga" in message. 12. Do not deploy the message "LANES SIf6T LEFT' or "LANES SHIFT RIG7HT" an o PCMS. Drivers de not understand the message. 13. Do not display messages 1701 sera horizrnto6y or vertically across the face of the sign. 14. The foaming table Isis abbreviated words and Iwo -word gases that ore octtpt°We for use on a PGS. Doth wards in a phrase must be dsployed together. Words or phrases not on this list should not be ebbrerioted. 15. PCMS character height stipule be of feast 1B inches for haler mounted wits. They should be viiseee horn at feast 1/2 (.5) mile and the text shade be MOM from at Nast 720 feel Truck minuted twits must hove o character height of m inches ad must be leg'6e from of Most 400 feeL 16. Eoch Foe of text should be centered on the message board rather than left or right jusedied. 17, if dsrtded, the PCMS sh olid default to on diegbie cesp)uy that wt not dam motorists ad w11 only be used to dal work05 that the PC1.15 hos malfunctioned A pattern su1h as a series of horizontal solid bas is oppropriole. Word or PhraseWord or Phrase ebb. Access Rood ACOS RD Motor MAI Air Duddy OLLTY tees Mf Alternate 7 hies Per Hour MPH Averse AVE tenor heel Best Route ST RTE Monday WON Baieverd VD , Varna NORIA Bridge North N Carnet CANT Northbound (route) N Center TR Pocking P1064G Construction Ahead COhSI AHEAD Porting Lot P614 LOT Detour Route TOUR RTE 1sod :6) Do Not DONT Red Lone f4:T LN East E Sotwday S1I1 Eastbound (route] E Service Road SERI RD Emergence EDER Shoulder Si DR Emergency Vehicle EAER VEH 3epery SII? Entrance. Enter ENT Smith 5 Express Lanes iXP LANE Southbound trunte) S Expressway EXPWY Speed XXXX Feet XXXX FT Street C. Fog Ahead FOG AHD Sunday Freeway FRWY, FRY , Telephone NONE Freeway Blocked FRY 91.X0 Yenporory TMP Friday ren -husday 16.RS Hazardous Driving HAZ DRIVING To )owntown TO WIRTH Hozordous Material HA2MAT . Wm TRAF F6igth-Occupancy Vehicle NOV _Tr Trovelers TRVIRS H6ghwoy HWY Tuesday 'UES Hous Tai Time (#nates TUBE ION information en U[per Level LRPF LVL It 15 i(5 Vehicle VEH Junction QCT Waning WPM Lelt 1ST Wetnesdoy WED Left Lane 1 1)4 4elght Limit WT LICIT Lone Closed -N CLSD West 6 Lower Levet ,.OWR LVL 'Westbound haute] W Maintenance DANT .8 et Pavement WET PVMT We Not WONT Roadway designation • 54 -number, JS -number, SH -number, FM -number WHEN NOT IN USE, REMOVE 1HE PCIAS FROM THE RIGHT-OF-WAY OR PLACE THE PCk1S }HIND BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL Ta TRAFFIC RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer may approve other Phase 1: Condition Lists Road/Lane/Romp Closure List FREEWAY CLOSED X MiLE ROAD CLOSED AT SH XXX ROAD CLSD AT FM XXXX RIGHT X LANES CLOSED CENTER LANE CLOSED NIGHT LANE CLOSURES VARIOUS LANES CLOSED EXiT CLOSED MALL DRIVEWAY CLOSED XXXXXXXx BLVD CLOSED FRONTAGE ROAD CLOSED SHOULDER CLOSED XXX FT RIGHT LN CLOSED XXX FT RIGHT X LANES OPEN DAYTIME LANE CLOSURES I -XX SOUTH EXiT CLOSED EXIT XXX CLOSED X MILE RIGHT LN TO BE CLOSED X LANES CLOSED TUE - FRI Other Condition List ROADWORK XXX FT FLAGGER XXXX FT RIGHT LN NARROWS XXXX FT MERGING TRAFFIC XXXX FT LOOSE GRAVEL XXXX FT DETOUR X MILE ROADWORK PAST SH XXXX BUMP XXXX FT TRAFFIC SIGNAL XXXX FT messages not ROAD REPAIRS XXXX FT LANE NARROWS XXXX FT TWO-WAY TRAFFIC XX MILE CONST TRAFFIC XXX FT UNEVEN LANES XXXX FT ROUGH ROAD XXXX FT ROADWORK NEXT FRI-SUN US XXX EXIT X MILES LANES SHIFT e LANES St16T in Phase 1 must be used with STAY IN LANE in Phase 2, Apptcolon Guidelines 1. Only 1 or 2 phases ore to be used on a PCMS. 2. The ht phase for both} should be selected from the 'Rood/Lone/Romp Closure List" and the "Other Candtion List". 3. A 2nd phase con be selected from the "Action to Take/Effect on Trove). Location, Generd Worfiang, or Advance Notice Phase Lists". 4. A Location Phase is necessary only if o distance or location is not included in the first phase selected 5. If two PC115 ore used in sequence, they must be sated by a naaman of 1000 1t. Eorh PCMS stow be Forted 10 two phases, and should be andastanddde by Demsetves. 6. For odvotwe notice, when the current dote is within seven days of the actual work dote, calendar dogs shied be replaced with days of the week. Advonce notification should Lypicey be for no more than one week prow to the work x Specifically covered here.) Phase 21 Possible Component Lists Action to Take/Effect on Travel List MERGE RIGHT DETOUR NEXT X EXITS USE EXIT XXX STAY ON Us XXX SOUTH TRUCKS USE Us XXX N WATCH FOR TRUCKS EXPECT DELAYS REDUCE SPEED XXX FT USE OTHER ROUTES STAY IN LANE Wording Nlanotives FORM X LINES RIGHT USE XXXXX .RD EXIT USE EXIT 1 -XX NORTH USE 1 -XX E TO I -XX N WATCH FOR TRUCKS EXPECT DELAYS PREPARE TO STOP END SHOULDER USE WATCH FOR WORKERS Location List AT FM XXXX BEFORE RAILROAD CROSSING NEXT X MiLES PAST US XXX EXIT XXXXXXX TO XXXxXxx U5 XXX TO FM XXXX 1. The words RIGHT, LEFT and ALL con be interchanged as oppropriate. 2. Roodwoy designations el, US, SH, FM and LP can be interchanged os appropriate. 3. EAST, WEST, NORTH and SOUTH for obbreviolions E. W, N and 53 con be interchanged os opprapriate. 4, FEighwoy norms and numbers replaced os appropriate. 5. ROAD, HIGHWAY and FREEWAY cat be interchooged as needed. 6. ATEA) may be used -instead of restonces if necessary. 7. FT and L4 ]BLE and LILES intercbonged os opprapriote. 8. AT, BEFORE and PAST interchanged es needed. 9. Gestarces or Att£AD con be ervninoted from the message if a location phase is used, PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (4) PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE UPSTREAM SIDE OF THE PCMS. 1. When end) Matrix PCMS signs ore used, the character height and legibiltervistilly requirements shall be mdnloined as fished in Note 15 under "PORTABLE CHANGEABLE MESSAGE SIGNS" above. 2. When symbol signs, such os the CW20-7a Flogger Symbol, are represented graphically on the Feil Matrix POE sign and, with the approval of the Engineer, it shall maintain the legilAty/viseeNty requirement fisted above. 3. When symbol signs ore represented graphically on the Fie Matrix PCM5, They stoma only supplement the use of the static sign represented. and shall not substitute for, or replace that sign. 4. A toil matrix PCMS may be used to simulate a flashing arrow pones provided 11 meets the visibility, Rosh rate and dimming- requirements on BC(71, for the same size arrow, Warning List SPEED LIMIT XX MPH MAXIMUM SPEED XX MPH MINIMUM SPEED XX MPH ADVISORY SPEED XX MPH RiGHT LANE EXIT USE CAUTION DRIVE SAFELY DRIVE WITH CARE e See Appecation Guideerres Note 6. _= Advance Notice List TUE-FRI XX AM - X PM APR XX - XX X PM -X AM I BEGINS MONDAY BEGINS MAY XX MAY X -X XX PM - XX AM NEXT FRI-SUN XX AM TO XX PM NEXT TUE AUG XX TONIGHT XX PM - XX AM OF kelt ar -re */ / * H.00ANAS, JR.0 ' 33006 :/�NAU ENS "itp.'1°40/STE0,4%.1" �,.. (1"0-L4 ECMS ■ .LC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 rellirces Department a/ Warsep r>f r • I CADE AND - T*JCT I001 PORTABLE CHAIIGEA$E MESSAGE S t p1 BC(6)-i3 OD BARRICADE AND CONSTRUCTION ticrue- 00411 2002 ren :$C,; JCR 1214113, 9-D7 7-13 1053 :sir,+ $ s+00' 0 05 snEET 28 of 34 NaRECORD DRAWING STR 922 CiTY PROJECT #Es -15213 BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS i. Barrier Refectory shy be prequofitied, and conform to the color and reflectivity requirements of DMS -8600. A fist of prequofilfed Barrier Refectory (Type C Deeneders) con be found at the Materiel Producer List web gess show on 8Ct1). 2. Color of Barrier Reflectors shod be os specified it the TMUTCO. The cost of Ube reflectors sled be considered snbsidwy to Rem 502. CONCRETE TRAFFIC BARRIER (CTB) 3. Where traffic is on one side of the CTB, two 121 Boma Reflectors stall be mewled in °pero®otdy the midsection of each section of CTB. M &emote mounting locollo is uniformly spaced ot are and el each CUB. This we clow for attachment of a barrier grapple Whmi dorrmgrg fin reflector. The Barrier Reflector mounted on the side of the CT8 shoe be located drecty below the reflector mounted an lop of the barrier, os dawn n the delay 4. Where CTB separates fere-way traffic, three bonier refeclors doe he mounted on each section of C1B. The reflector unit on top shat have two yellow reflective faces OX-EiireelionW)whle the reflectors on each side of the barer shell have one yellow reflective face. os shorn; in the deice a6oae. 5. When CTB separates trots trove in the since &reclan, no barrier reflectors W be requtred on top of the CTB. 6. Barrier Reltector tits shd be yellow or white in color to mold) the edgefne bang supplemented. Yellow Borer Reflectors she be mode with Type E Rem -mewl Priwsobe Yellow Retrerefedire Sheeting. Mite reflectors shy be mode with Type D Week Praswee sheeing. 7. Ioximran spectre of Barter Reflectors is forty (40) feel 8. Pavement makers or tempomy Hexene-reticclwe roodwoy marker lobs shah 1001 be used as CTB de6ealion. 9. Attachment of Barrier Reflectors to CTB that be per manufacturer's recommendations. 10.16ssing or danogee Barrier Reffectws shah be replaced as directed by the Engineer. 11.S1gle slope barriers shoe be de(neoted os shown on the hove Beta LOW PROFILE Surface Mount Flexible Delideotws CONCRETE BARRIER (LPCB) 16" 3" x 3" ruin. reflective sheeting Mex. spacing of surface mount flexible delineators is 20 feet. Attach the deflators os per monutocturer's reconmendo8ons. DELINEATION OF END TREATMENTS 010-1 or 0M-3 APPROACHING TRAFFIC BOTH SIDES DNE SIDE i DELINEATION 0M-1 0M-3 or Vertical Pone Install o mnimen of 3 Barrier Reflectors as per monuiocturer's recommendations. END TREATMENTS FOR CTB'S USED IN WORK ZONES End treatments used on CTB's in work zones stere meet crasheorthy stonderds as defined in the Noland Cooperative leghwoy Reseordh Report 350. Refer to (he CWZTCD List for approved end treatments and monufoctueers. Type C Worriog Light or approved substitute monied adjacent 10 the tread way. Warring reflector may be round or squore.Must hove a reflective surloce area of ot least 30 square inches WARNNIG LIGHTS 1. Warning fights shor meet the requirements of the TMUTCO. 2. Waring fights shoe NOT be installed on borricodes. 3. Type A -Low Intensity Fosiing Warring Lights we commonly used with drums. They ore intended to wan of or mark o potenlioly frozadous area. Their use shah be as indicated on this sheet and/a other sheets of the plans by the designation "FL", The Type A Warring Lights shoe not be used with signs manufactured with Type E Sheeting {Fluorescent Prismotici meeting Ue requirements of Departmental Materiel Specilcotion 0105-8300. 4. Type•C and Type D 360 degree Steody Burn Lights ore intended to be used n o series for (relocation to supplement other traffic coned devices. Their use shoe be os ndcoled on this sheet and/or other sheets of the plans by the designation '5B". 5. The Engineer/inspector or the plans shoe specify the !motion and type of earning fights to be installed on the traffic control devices. 6. When required by the Engineer. the Contractor sloe fur isle a copy of the wooing eyes cerefication. The earning fight monutocturer urs certify the warning fights meet the requirements of the latest (TE Purciwse Specifications for Flosting and Steady -Burn Warring Lights. 7, When used to defineate coves, Type -C end Type D Steady Burn Lights should only be placed on the outside of the curve, not the inside. WARNING LIGHTS lIOLAITED ON PLASTIC DRUMS I. Type A feasting warring fights ore Mended to worn drivers that they ore %prowcling Of ore n o potentially hazordas ore°. 2. Type A random flashing warring fights are not intended for de0neolion and shall not be used in o series. 3. A series of segaenio( flashing warning tights placed on thwacking devices to form a merging toper may be used for delineation. If used, the successive Hosting of the stee ened wiring Seek should max tram the beekving of the leper to the end of the merging taper in order to identify the desired vehicle path. The rote of Clashing for each fight sloe be 65 flushes per rrunute, bks or minus 10 Hushes. 4. Type C and D steoify-burn waning Tights are intended to be used in a series to debreate the edge of the hovel tone on detours, or, lone changes, on Ione ctoares, ofd en Other sinew condtions. 5. Type A. Type C ad Type D wearing Ights shot be installed of locations os decoded on other sheets in the pias. 6. Warning inlets stab not be installed o) a drum that has a sign. chevron or verticd poet. 7. The maximum spacing for warring fights on &ars should be idehtic0 to the channeling device spacing. WARNING REFLECTORS WONTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN) WARt0NG LIGHTS L A wonting reflector or approved substitute orgy be mounted on o plastic drwn os o substitute for o Type C, steady turn waning fight of the &scretion of the Contractor unless otherwise noted in the piths. 2. The warning reflector shall be yelow in color and shoe be manufactured using a sign substrote approved for use with ploslic drums fisted on the CW2TCD. 3. The warring reflector shoe have o mirrinum retroreflective surface urea (one -side) of 30 square inches. 4. Road reflectors shoe be fully-reflectorized. Mewling the area where otlocJed to the &wn. 5. Square substrates must hove a miring(0 of 30 square inches of retectaized sheeting. They do not hove to be reffectorized where it ottoches to the drum. 6. The side of the warring relied -or facing approaching troffic shy have sheeting meeting the cow and retrorellectivity requirements for DMS 8300 -Type D 1Non-iowescent Prismatic). 7. When used new two-way trolfic, both sides of the 16006)609 reflector shoe be rdkctarized. 8. The wording reflector should be mounted on the side of the htnhe newest approaching troteis. 9. The maximum spocsn9 for warning reflectors should be identical to the chonnelizing device spa°ng retirements, TYPICAL FLASHING Arrow Ponds may be located behind chamekivng devices in piece for e shoulder toper or merging toper, otherwise they shell be de"eneated WO four (4) chaure6xing devices placed perpeo0culor to traffic on the upstream side of Irdtfic. 1, The Ftosfing Arrow Panel shodd be used for of lone closures on muni -Ione roadways, or slow moving m interronce or canslructioo activities on the trove) hems. 2. Flashing Arrow Panels shade not be used on two-lane, two-way roadways, detours, inversions or work on shoulders unless the 'CAUTION" dnsploy (see detad below) is used. 3. The En eer/laspector Meg choose to oppropriote sign, borricades and/or other traffic control devices that shopdd be used in conjunction with the Feeling 10roe.Pone. 4. The Fleeing Arrow Parcel should be able to deploy the fohowing symbols Resting RIGI-IT (LEFT) ARROW Ftosting DOUBLE ARROW Flashing CAUTION O O O O • • 0 • •• • • • O • • •• • • • O e •• • • o O O 0 0 0 0 0 0 O O • • 5. The "CAUTION" deploy consists of fan corner burps flashing simultaneously. 6. The straight fine caution dspby is NOT ALLOWED. 7. The Flashing Arrow Pont shoe be copetee of minimum 50 percent doming from rated Imp voltoge. The fleshing rote of the tamps sloe not be less thon 25 par more Than 40 flashes per ramie. 8. M'odmum loop "on lane" shah be approximately 50 percent for the Hosting orrow and egool intervals of 25 percent for eoe* sequential phase of the Destine chevron. 9. The sequential arrow dspiny is NOT A1.108(D. 10. the Hosting arrow &splay is the TxtlOT standard: however, the sequential Chevron Tabby may be used during daylight operotiions. ARROW PANEL • 0 0 • 0 0 • 0 0 • 0 0 • 0 0 Sequenha Chevron • • 0 • • 0 • • 0 • • 0 • • 0 REQUIREMENTS • • • • • • • • • • • • • • • A0tetl1Nd (AM1Rkd fAtBU1* WIRER VISIBILITY TYPE SIZE OF PANEL LAPS 0ISTANC B 30x60 13 C 48x96 15 3/4 nude 1 hale ATTENTION: Fleeting Arrow Penets shot1 be equipped with autoerotic rimming devices. WHEN NOT el USE, REMOVE THE ARROW PAWEL FROM TFE RIGHT-OF-WAY OR PLACE "DE ARROW PANEL BEI14)) CONCRETE TRAFFIC BARRIER OR GUARDRAT4. I). The Fleshing Arrow Panel shoe be mounted on a vehicle, trailer or other suitable support. 12. A Fleeting Arrow Panel SHALL 140T 89 USED 10 laterally shift traffic. 13. A fie motrix 70815 moy be used to simulate o Fleshing Arrow Pond provided it meets visieitty, flash rote end dourvng requeements on this sheet for the same size arrow. 14. Minimum mounting height of trader mounted arrow panels should be 7 feet from roadway to bottom of porus TRUCK -MOUNTED ATTENUATORS 1 Truck -moaned otbsarotors ITMA) used on TxUOl focikties must meet the requirements outlined in the Notfond Cooperative Flghwoy Resecach Report No. 350 tt{CHAP 350). 2. Refer to the CITZTCD for the requirements of Level 2 or Level 3 TMAs. 3, Refer to the dotes shown in the-CW2TC13 to ensure thot the TMA meets the age requirements and the crashworthiness criteria estobtshed by the Federe Feghway Admeistrolion IFHWA) for TMAs. 4. Refer to the CWZTCO for o est of approved TMAs. 5. TMAs are required on lreeeoys unless otherwise noted in the pons. 6. A TMA should be used anytime that it can be positioned approximately 30 to 100 feet in advance of the wee of cam exposure without adversely affecting the work performance. 7. The ordy reason o TMA should not be required is when a work area is spreod down the roadway and the work crew is on extended cestonce from the TMA. pFELIX H, OCANASf JR. 33006 : fid' �016.14 eOISTE��©'+**�� 0ENG ECMS LLC 665,_ 1,T_ r ^sort.z5 1(tt FNU. r-.7o7Y 5€';` moi tt:# Dr. Corpus Christi, Tx, 78413 Office: 361-986-1202 Cell: 361-549-4576 BARR I CAME AND TRUCT ION ARMOR PANEL, REFLECT UNG LIGHTS 6 ATT BCs7) -13 a OD coo cci Z h X �3 h p,g• WW E •- Q W y err V W n3 cip ti IX el O4 41;1 r°� a• _51 -+ d ci 5 I- O= cc 2 cc J 1 Were ( `arc IsOOT m T 205)2 f 060061 Ott Wry T 9-07 1-13 5156 Cara greet tie a SHEL7 29 of 34 RECON NIA STR 922 CRY PROJECT / E-15213 Eoch drum shalt have o minimum of 2 oronge and 2 white stripes uaing Type C retro - reflective sheeting with the top stripe being orange. GENERAL NOTES 0,07" mox Toper to otow for stocking a minimum of 5 drum Base (36" da. mond 1. For long term stationery work zona on freeways, drums shoe be used as the printery dn0eismg device. 2. For intermediate term stationary work zones on freeways, drums shoed be used as the primary dwne1zng device but may be replaced in Longed sections by vertical ponds. or 42" two-piece cones. In tangent seclons one-piece canes may be used with the apetard of Ore Engineer but only if personnel ire present on the project of as times 10 maintain the cones in proper posdmm and Meatier,. 3. Fax short term stdtnnory work zones an freewoys, dams are the preferred thorned/in' g device but may be replaced in tapers, transitions and torment sections by vel ic& ponds, two-pece comes or one-piece cones os approved by the Engheer. 4. Drama and all related items shat comply with the requirements of the current version of the "Texas Manual on Uniform Traffic Control Devices" [THUTcD) ad the "Compliant Work Zone Traffic Control Devices List" (CTIZfCO). 5. Drupa, bases, and rooted materiels shot exhibit good workmmstigh and shot be free from objection0bde maks or defects that would adversely affect their eppeorarce or serviceobeNty. 6. The Contractor shoe hove o maximum of 24 hours to replace any plastic drums identified for replacement by the Engineer/Inspector. The replace- ment device -must be on opproved device. GENERAL DESIGN REQUIREMENTS Pregnant -red plastic drums shat meet the 10608/09 requirements, 1. Plastic drwns shot be a two-piece design: the "body" of the dram shall be the top portion and the "base" shot be the bottom. 2. The body and bole stroll lock together in such o manner that the body sepaotes from the base when impacted by o vehicle hovering 01 a speed of 20 MPli or greater but prevents occidental seporodon due to normal honoring tnd/a oi' turbulence created by passing vehicles. 3 Plastic drums sial be constructed of 6gh0weight flevbde and deformable materials. The Contractor shoe NOT use metal drums or single piece plostm drums os chane6zaton devices or sign supports. 4. Drerm shah present o profile that is a minimum of 18 inches in width of the 36 inch twit & when viewed from ony direction. The height of drum twit (body hastoled on base) shat be o nmivirnum of 36 inches dad o maximum of 42 Inches. 5. The tap of the drum shot hove o bull -in handle for easy pickup and shoe be designed to aat1 voter and not collect debris. The fondle shall have o ninnnan of two widely spoced 9/16 inch diameter holes to Blow attachment of a warring telt, warning reflector unit or approved compliant sign. 6. The exterior of the drum body shill hove a midunurn of four alternating orange and white retroreflective circumferential stripes not less that 4 inches nor greater than 8 inches in width. Any non-reflectorized space between ony two adjacent stripes shat not exceed 2 inches in width. 7. Bases shoo hove o mox'enum width at 36 inches, c maximum height of 4 inches, and a mirnmum al tea footholds of sufficient size to slow bose to be held down w1Me separating the drum body from the base. 8. PtosSc drums shoe be constructed of ultraviolet stabilized, or0nge, high-density polyethylene (HDPE) or other approved materiel. 9. Drum body sh56 love 0 ndelonon unbolosted weight of 7.7 Ins_ and maximum u5dos(ed weigh( of 11 los. The wall of the dean body shall be a minimums of 0.07 inch in thickness. Weight of ony drum suppled slot not vary more than 6.5 lo, from that of the prequo8fined sonrpte. 10.Irum and base shot be marked with manufacturer's name and mode, number. 1TROREFLECTIVE SHEETING 1. The stripes used on drums shat be constructed of sheeting meetm9 the cater and retroreftecfivlty requirements of Departmental Materials Specification 0815-8300. "Floc Surface Reflective Sheeting." high Specific intensity tType G) retroreflective sheeting shoe be supplied unless otherwise specified in the plans. 2. The sheeting shall be suitable for use on and shall adhere to the drum surface such that, upon vehicular impact. the sheeting shalt remain adhered 'in-place and exhibit no delarrmnotmg, crocking, or loss of retroreflectivily other than that loss due to obrosion of the sheeting surtoce. BALLAST I. Unbalosted hoses shall be large enough to hold up to 50 lbs. of sand. This base, when filed with the b01os1 material, should weigh between 35 16s (minimin} and 50 tis {maximum). The ballast may be sand In one to three sir 56095 separote from the base, sand In a sand -bled plastic base, or other Dolostmg devices os approved by the Engineer. Slacking of sandbags wit be allowed, however height of sandbags above pavement surface may not exceed 12 inches. 2. Roses with buret -in ballast shoe weigh between 40 lbs. and 50 los. Butt -in behest con be constructed of an integral crumb rubber bose or o said rubber Dose. 3. The ballast shell not be heavy objects, water, or ony material thol would become hazardous to motorists, pedestrians, or workers when the drum is struck by a vehicle. 4. When used in regions susceptible to freezing. drums shat hove drainage holes in the bottoms so that water wit not collect and freeze becoming a hazard when struck by o vehicle. 5- Ballast shall not be Wooed on lop of drums. 6. Adhesives may be used to seccre base of drums to povement. CW1-6 24" DIRECTION ROICATOR BARRICADE 1. The Direction indco(ar Borricode may be used in toper5, transitions, and other areas where specific drecliianaI guidance to drivers is necessary. 2. 19 55ed, the Direction indicator Barricade snood be used in series to direct the driver through the transition and into the intended travel Ione. 3. The Direction Indicator Barricade shell consist, of One -Direction Lorge arrow tCWI-51 sign in the size shorn with o block arrow on o bockrgound of Type E Fluoprescent Prismatic Orange obove a rot with Type C 15gh Specific Intensity retro,eflective sheeting in °demotion 4" white ad orange stripes sloping downward of on angle of 45 degrees in the erection road users are to poss. 4. Double arrows on the Direction. Indicator Borricode will not be awned. 5. Approved manufacturers ore shown on the CWZTCD List. Boloxl shell be as approved by the manufacturers instructions. 18" x 24" Sign (Maximum SIgn Dimension) Chevron CW1-8, Opposing Troftic Lane fMvrder, Driveway sign D70a, Keep Right R4 series or other signs as approved by Engineer Plywood, Aluminum or Metal sign substrates shall NOT be used on plastic drums 12" x 24" Verticil Panel mount with diagonals sloping down towords trove way SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED ON PLASTIC DRUMS i, Signs used on plastic drums shot be manufactured using substrata listed on the CWZTCO. 2. Chevrons and other work zone signs with an orange background shall be manufactured with Type E (Fkorescent Prismatic) sheeting meeting the color oral retrareflectivity require- ments of OMS -8300, "Sign Face Moteriot," unless otherwise specified in the plans. 3. Vertical Ponds shot be manufactured with orange and while sheeting meeting the requirements of 010-8300 Type C (Flgh Specific Intensity). ESogonaf stripes on Vernice Panels shot slope- down (owed the intended traveled Ione. 4. Other sign messages (text or symbolic] may be used os approved by the Engineer. Sign dimensions shat not exceed 18 inches in width or 24 inches in height. 5. %gas shot be instated using o 1/2 inch bolt (norrend) and nut, two washers, and one lacking washer for each connection. 5. Mounting bolts and nuts shot be hely engaged and adequately torqued. Bolts should not extend more Mon 1/2 inch beyond nuts. 7. Chevrons may be ploced on drums on the outside of caves, on merging tapers or on shifting topers. When used in (hese locolions they may be Wooed on ivory drum or spaced not more than on every third drum. A minimum of three 136 should be used of each location coiled for in Ude proms. 8. R9-9, 59-10, R9 -it and R9-1lo Sidewelk Closed signs which ore 24 inches wide may be mounted an plastic omens, with approval of the Engineer. ECMS LLC Reg. No. F-3899 5001 Oakmont Dr, Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 L iZING DEVICES z 0 0 ih 30 34 4o. S i H 922 CITY PROJECT #E45213 VERTICAL PANELS (VPs) 6" to 12" 8" to 12' FIXED d6gid or self- mg/ B" to 12" Roadway Svface PORTABLE VP -1R 24 36" m n. Self -righting S CHANNELIZING DEVICES 8" to 12" 12" minimum embedment depth DRIVEABLE L Vertical Panels (VP's) ore normoey used to chomeeze traffic or &vide opposeug tones of traffic. 2. VP's may be used in doylene or nighttime situations. They may be used at the edge of shoulder drop-offs and otter areas such as lore transitions where positive daytime and nightli ne delineation is required. The Engineer/Inspector slid refer to the Roadway Design Road Appendix B 'Treatment of Pavement Drop -oris ie Work Zones" for odrtwnet guidelines on the ase of VP's for drop -efts. 3. VP's should be mounted tack to bock if used of the edge of cuts adjacent to two-way two Ione roadways. Stripes are la be reflective orange end reflective while and should thooys slope demigod toward the travel lane. 4. VP's used on expressways and freeways or other tigtn speed roadeoys,sho7 hove a niremwn of 270 square inches of retroreeective area toeing traffic. 5. Sett -righting supports are ovakkbte with porta to base. See "Cameecel Work Zone Trothc Control Devices List" (CWZTCD). 6. Sheeting for the VPs stmt be retroreftecflve Type C (HO Specific Intensity) conforming to Departmental Materiel Specfticolion DMS -8300, unless rated otherwise. 7, Where the height of reflective materia on the verticot panel is greater than 36 incites, a panel stripe or 6 inches shad be used. HOLLOW OR WATER BALLASTED SYSTEMS USED AS LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS LOTIOfTUDINA, CRANNELIZtNG DEVICES 1. Langftrdnat chane5z5.g devices are ceoshworlhy, 5dntweight, deformable devices that are highly visible. hove good fagot value and con be connected together. They artheetodesitptediesigeedttim contmdrectretveblcte oeti cheam5. impact, 2. Longitudinal channetiring devices may be used instead of a rine of cares or dry. 3. Longitudinal chmmeltzing devices shoe be pieced in accordance to application and 'installation requirements specific to the device, and used orgy when shown tie the CWZTCO Est. 4. Longiludnoi thonnelizing devices stood not be used to provide positive protection for obstacles, pedestrians or workers. 5. Longitudinal t o netiag devices shot be retrarettective, or sueoiernented with retroreflective deeneotion as required for temporary barriers on BC(7)-07, WATER BALLASTED SYSTEMS USED AS BARRIERS 1, Water bolosted systems used as barriers shall not be used safety to chomebze rood users, but also to protect the work spoce per the oppropriote NCORP 350 aashworthiness requirements based on roadway speed and barrier application, 2. Woter Ingested systems used to channe5ze velecugar Irofiic shot be supplemented ei(h relrorellective delineation or chonnetzing devices to vmprove daytime/nighttime visibTity. They moy also be supplemented with pavement markings. 3. Water ballasted systems used os barriers shoe be placed n accordoace to application and installation requirements specific to the device. end used ally when shown an the CWZTCD est. 4. Woter bofosted systems used as borders should not be used fora merging toper except in ton speed (less than 45 MPH) urban areas. When used on rr taper in a law speed erbmn dere the toper shoe be delineated and the tapper length should be designed to optimize rood user operations considering the avoloble geometric conations. 5. When water 500as(ed systems used os barriers have blunt ends exposed to traffic, they should be attenuated as per manufacturer recommendations or ffored to point outside the clear zone. If used to channekze pedestrians, langitucinoi channelling devices or water baeosted systems must hove o continuous detectable bottom €or users of long canes and the top of Ole unit shall be not less than 32 inches in height. 24" 36" CHEVRONS }'.-- 18" -ef Fixed Bose el Approved Adhesive (Driveable Bose, or Flexible Support can be used( 1. The ctievren shoe be o vertical rectangle with 0 minimum size of 12 by 18 inches. 2. trevrons ore intended to give notice of o shop cheap of oigrwnent with Um direction of hovel and provide °dation& emphasis and guidance for vehicle operators with regard to changes in horizontal atgawnent of the roadway. 3. Chevrons, when used, shoe be erected an the out- side of o sharp cave or Inc. or on the for side of on intersection. They shad be an isle with and a1 right tingles to approaching traffic, Spacing should be such that the motorist always hos Gree in view, roti the change n oSgnment etmerates its need 4. To be effective. the chevron should be visible for et feast 50D feet. 5. Chevrons shoe be orange wish a block nonreftec- tive legend. Sheeting for the chevron shod be retrorefiective Type E (Fluorescent Prismatic) conforming la Deportment& Materiel Specification SA5-8300, adess noted otherwise. The legend shad be black vinyl non -reflective decd sheet- ing meeting the requirements of OMS -83110, 6. For Long Term Stotionery use on topers or transitions on freewoys and divided fighwoys self-righting chevrons may be used to supplement plastic drums but not to replace postic drums. GENERA, NOTES, 1. Work Zone cttamelzing devices Austroled on Ois sheet may be instated in dose proximity to traffic and ore suitable for use on high or low speed roadways. The Engineer/inspector shoe ensure that spacing and placemen( is uniform and in occordonce with the "Texos Moaho on Uniform Traffic Control Devices" (T9UTCD). 2. Cfomeezisg devices shown on this sheet moy hove a driveable, fixed or portable base. The requirement fa self-righting chaanelzeig devices must be specified in the General Notes or other pen sheets. 3. Chomeleing devices on self-righting supports should be used in work zone areas where elto nelizing devices are frequently anpncted by erront reticles or vehicle retoted mind gusts making *mere of the cbenoe5zing devices difficult to maintain. Locotans of these devices shoe be deleted else- where n the pias. These devices shot conform to the TIRJT(I) and the "Comp6ent Work Zone Traffic Contra Devices List" (CWZTtA), 4. The Contractor shoe mint& devices in a clean condition ail reploce damaged, fomeffecbve, faded, or broken devices and bases os required by the Engineer/Inspector. The CarstroGa shad De required to mdntom proper device spocing and olgnmenL 5, Portable bases shoe be fabricated from *gin and/or recycled rubber. Tse portable bases eluoe weigh approximately 35 lbs. 6. Pavement surfaces shoe be prepared in a manner that ensures proper banding between the odhesives, the fixed mount bases and the pavement surface. Adhesives shoe be prepared and eppled occordng is the manufacturer's reeommendotions- 7. The installation and removal of ohawnetzang devices start not cane detrimental effects to the final pavement surfaces, ncludvng pavement surface discoloration or surface integrity. Deiveode boses shoe not be permitted on fin pavement surfaces. The Erigirreer/bupector shall opprove of ',perfection and removal procedures of fixed boses. 8. Examples an this sheet are commonly used chomelizing devices in work zones. For other devices, refer to the CWZTCD_ OPPOSING TRAFFIC LANE DIVIDERS (OTLD) 4 }� CW.6-4 18' 11 Panels mounted bock to back Portable, Fixed or Driveable Bose may be used, or moy be mounted on dawns. 1. Opposing Troific Lone Dividers 10110) ore deremotion devices designed to convert a normo one-way roadway section to two-way operation. OTLD's are used on temporary centertnes. The upward and downward arrows on the star's face imitate the direction of traffic on either side of the &eider. The base is secured to the pavement with an ad- hesive or rubber weight to minimize movement caused by a vehicle impact or wind gust 2 The OTLO may be used in combination with simple tubular markers or VPS. 3. Spacing between the OTLD shot not exceed 500 feeL Tubules makers or VPs placed between the OTLD's should not exceed i00 foot spacing, 4. The OTLD shad be orange wrfin o dock non - reflective legend. Sheeting for the OTLD shod be retroreflecive Type E (Fluorescent Prismatic) conforming to Departmental ttaterat Specification DMS -8300, unless noted otherwise. The legend shall be black vinyl non -reflective decal sheeting meeting the requirements of 065-8300. x x Toper lengths hove been rouged o f. L•Length of Toper (FT.) w-v0dm of Offset WT.) 5 -Posted Speed WPM VERTICAL PANELS & OPPOSING TRAFFIC LANE DIVIDERS SEPARATING TWO-WAY TRAFFIC (Typical application) Centerline 1t Refer to BC and/or sheets for approach requirements. 3 x Opposing Lane Divider L VP or Tubaor Marker 500' Baa y 11' Opposing Lone Divider *} 0- 43 Ir Opposin Lone Divider A x x VP o Tublm Morker Spocng between the VP's or tubulin markers shot not exceed 100 feet. On roadways with speeds less thou 45 MPH, spacing between the tubular makers or YP's shoe be as shown on the chonnelizing spacing table shown on this page. 11 Me table shows spacing greater than 100 feet bosed on 1be roadway speed, then use a maximum of 100 feet spocrng between the tubular markers or YP's. Every filth chomelizing device shot be an OTLD, except when the OLTD must be spaced closer to accomodate on intersection. Spockog between the OTLD shall nal exceed 500 feet. A x V JJ �V *ir a • . vis o •a•aaeo o•aa a.s. eeoro••,. . • ..FELD< H. (CAAS, Jai. • 33006 ..' ---64 'n4/0, ECMS LLC Reg. No. F-3899_ 5001 Oakmont Dr. Corpus Christi, Tx- 78413 Office: 361-986-1202 Cell: 361-549-4576 SHEET 31 a 34 RECORD DRAWING NO. STR 922 CITY PROJECT ,E- 521 a N;n;murn Oesvable Toper Lengths x x Suggested Nmmnun Spocing of ChenneFebsg Devices Posted Speed Farina 70' Offset 10 Offset 12' Offset On 0 Toper On o Tongent 302 L- 6O 150' 165' 180' 30' 60'-75' 35 205' 225' 245' 35' 70'-90' 40 265' 295' 320' 40' 80'-100' 45 WS 450' 495' 540' 45' 90'-110' 50 500' 550' 600' 50' 100'-125' 55L 550' 605' 660' 55' 110'-140' 60 600' 660' 720' 60' 120'-150' 65 650' 715' 780' 65' 130'-165' 70 700' 770'. 840' 70' 140'-175' 75 750' 825' 900' 75' 150`-185' 80 800' 880' 960' 80' 160'-195' x x Toper lengths hove been rouged o f. L•Length of Toper (FT.) w-v0dm of Offset WT.) 5 -Posted Speed WPM VERTICAL PANELS & OPPOSING TRAFFIC LANE DIVIDERS SEPARATING TWO-WAY TRAFFIC (Typical application) Centerline 1t Refer to BC and/or sheets for approach requirements. 3 x Opposing Lane Divider L VP or Tubaor Marker 500' Baa y 11' Opposing Lone Divider *} 0- 43 Ir Opposin Lone Divider A x x VP o Tublm Morker Spocng between the VP's or tubulin markers shot not exceed 100 feet. On roadways with speeds less thou 45 MPH, spacing between the tubular makers or YP's shoe be as shown on the chonnelizing spacing table shown on this page. 11 Me table shows spacing greater than 100 feet bosed on 1be roadway speed, then use a maximum of 100 feet spocrng between the tubular markers or YP's. Every filth chomelizing device shot be an OTLD, except when the OLTD must be spaced closer to accomodate on intersection. Spockog between the OTLD shall nal exceed 500 feet. A x V JJ �V *ir a • . vis o •a•aaeo o•aa a.s. eeoro••,. . • ..FELD< H. (CAAS, Jai. • 33006 ..' ---64 'n4/0, ECMS LLC Reg. No. F-3899_ 5001 Oakmont Dr. Corpus Christi, Tx- 78413 Office: 361-986-1202 Cell: 361-549-4576 SHEET 31 a 34 RECORD DRAWING NO. STR 922 CITY PROJECT ,E- 521 a TYPE III BARRICADES 1. Reiie to the COCOON% War* Zone Traffic Control Devices List (CWZTCD) for details of the Type W 9aricades and a Est of od materials used in the construction of Type le Boricodes. 2. Type El Barricades shoe be used at each end of construction projects dosed to all traffic. 3. Barricades extending across a roadway should have stripes that slope doounard in lbe 3'ection toward which traffic must turn in detouring. When both right and left turns are provided. the chevron striping may slope downward n both drectons from the ceder of the barricade. Where no bens are provided et o closed rad striping shovb slope downward in Loth drec6ons toward the center of roadway. 4. String of rads. tar the right side of the roodwoy, should slope dowrnore to Bre lefL for the telt side of the roadwoy. striping shooed slope downward to the right. 5. Identification markings moy be ,sown arty on the back of the barricade rats. The molaoen he1M of tetters and/or company logos used for ides/Motion shoe be t". 6. Barricades shot not be placed poane) to traffic unless an odegoote clear zone is provided. 7. Warring Eghts shalt NOT be installed an barricades. 8. Where barricades regime the use of*eights to keep from iwring over, the use of sondbogs NBh dry. cebesienless sand is recommended. Tice sandhogs vall be tied shut to keep the sand from spiting and to maintain o wont weight. Sand togs shall not be stocked in o rammer that covers arty portion of o barricade rot's reflective sheeting Rock, concrete. iron, steel or other solid objects wW NOT be permitted. Sandbags should weigh o minimum al 35 Pow one a maximum of 50 lbs. Sandhogs shod be mode of o durable malerid that teors upon vehinlvr bnpaCL Rubber (such as are inner tubes) shad not be used for sandbags. Sandeags shod eddy be placed along or upon the hose supports of the device and shy not be suspended above ground levet or hung with rope, wire, choirs or other fasteners. 9. Sheeting fa baricmdes shod be reboreilectwe Type C nigh Specific Intensity) conforming to Departmental Metered Spectication FNAs-333OD unless otherwise noted TYPE 10 BARRICADE MOST AND SKID) TYPICAL APPLICATION CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS Each roadway of o divided highway shod be barricaded in the sane manner, Rtt-2 ROAD CLOSED M4 -IOL 4ek+X4T,:; 'r wr .-r wu /EGRESS GTT STATE can100C1Oe G20-6 Typical Plastic Drum These drums are nal regaled a one-way roadwoy PERSPECTIVE VIEW 1. Where positive redrectiond copabdity is provided, drums may be omitted. 2, PlosUc construction fencing moy be used eilh drams {m sotety os required in the plans. 3. Vertical Panels on flexible support Imo)/ be substituted for drums when the shoulder width n less than 4 Feet. 4. When the shoulder width is greater than. 12 feet, steady -burn fights may be omitted if wrens are used. 5. Drams must extend the length of the culvert widening. •`a.. it t • 1 ,,,pppAAA • FA. O1JO.Otl000.•.. o. a..:• a o....• 05 FELIX H. °CAMAS, JR. •r•'13.s•.•aae..a.....aoa.,..•.0.0 33006 �, •► \`'i?feiSTCYPIti A1. r„..,....... ,o, Hyl , 4 PERSPECTIVE VIEW Detour Roadway The tree rods on Type el brer'icades shod be retlectorized orange and reflective white stripes on one side facing one-way traffic and both sides for two-way traffic. Barricade striping should slant downword in the detection of detour. )0' 1 EF Increase number of plastic drums an the side of approochina troffic if the crown <- width maces it necessary. (minimum of 2 ond moxinum of 4 drums) PLAN VIEW �� VL (1 VY 10' mos. 10' max. , 10' max. Barricades shod NOT be used os o sign support_ 1. Signs should be mounted on independent supports at o 7 foot mounting height n center of raadeay. The signs mould be a minimum of 8) feet behind Type tl Barricades. 2. Advance signing shill be os specified elsewhere in the plans. 8' mos. length Type N Boricodes A mnimum of two drums shed be used across the work area. Legend (ID 1 Plastic arum Plastic drum with steady burr, fight or yellow warring reflector ECMS LLC Reg. No. F-3899 51301 Oakmont Dr. Corpus Christi, Tx, 78413 Office: 361-986-1202 Cell: 361-549-4576 PLAN VIEW 0)3 Steady burn warring 1ght or yellow waning reflector TYPICAL STRIPING DETAIL FOR BARRICADE RAIL B 1 romnel 45a /As/Ss.,/ 6- CONES Width of Reftec live Stneetfelg 7 inches. I4" min. orange 2" min. 4" min. white 2" min. 4" non. aronge 2" min. 4" min. white TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES 4' min, 8' max. 3"-4 2" min. 1_4" min. 11\ I o" min. ILII 2" min. T'2" max. 3" min. 2" l0 6" 3" min, 14" min. 4" 4" 42" 28" min. EDGELINE CHANNELIZER 28" min. 42" mm. One -Piece cones Tubuior Marker Stiffner Flat rod Saffner may be -inside Of outside of support, but no more than 2 stiffeners shill be °Flowed on one barricade. Two -Piece cones 28" Cones shop hove o minimum weight o4 9 112 lbs. 42" 2 -piece cones shall hove o minimum weight of 30 lbs, including base. 1. This device is Mended only for use io pace of a verlicol ponel to clmtmehze traffic by indcoling the edge of the travel tone. tt is not intended to be used in transitions or topers. 2. This device shill not be used to separote tones of traffic (opposing or othereise) or won of objects. 3, This device is bused on a 42 inch, two-piece cone with on alternate strip'asg pot(erm fou 4 inch retroreflectrve bands, with an approximate 2 inch gap between bonds. The color al the hand should correspond to the colo of the edgedne (yellow for left edgeline, white for right Woeful) for whid) the device is substituted or for which it supplements. The reflectarized bands shod be relrorelleclive Type C encopsubted bead (High Specific Intensity) conforming to Departmental Materiel Specification 03.45-8300, unless otherwise rated, 4. The base must weigh a n'ervmum of 30 in. Nternate TRAFFIC CONTROL FOR MATERIAL STOCKPILES Alternate 1. Traffic cones and tubutor makers shad be o minimum of 28 inches in height when used either on freeways or of nighttime. 2. Cones Of to&dor markers shod be predonionUy arrange, fluorescent red -mange, or fluorescent yelow-orange. They should be kept clean and bright for nwamam visb&ty. 3. Cones used only for daytime operations do not require the rettectorized bonds. 4. Cones and tubular makers used for nighttime operotians shod be reftectorized. Reflectorized material shall hove a smooth, sealed outer surface that dnsplays the some opproxlnole color during the day and eight. The refectorized bonds shed be retroreftective Type C 1fEgh Specific Intensity) conforming to Deportment's] Material Specification DMS -830D, unless otherwise noted. 5. When used at night, appropriate perm/met shad exosure that cones and tubetar markers remain in their proper focal/an and in an upright positron. 6. Reflectorizotion of 28"cones shod consist of o rriupmum 6 inch band placed at leost 3 inches but not more Upon 4 inches from the top, supplemented by a minimum 4 inch bond spaced o minimum al 2 inches below the 6 inch bond. 7. Rellecterizoeon of 42" cones shad be provided by diernating 4 to 6" orange acrd white stripes with orange on tap. B. Relleclorization of (vodo markers shod be o minimum ui two 3 inch balls placed o maximum of 2 inches from the top with a maximum of 6 Inches between bonds. 9. one-piece cones or tubular makers ore generally suitoble for temporary usage top to 8 hours) with other chooeeizatioo devices such os vertical panels. drums or two-piece cones for long term usage. Cue should be token to ensure they remain in their proper tocotion and in on upright position. tO.Cones or tubular markers used on each project shall be of the some size one shape. I1.The handle may be designed os a book or other Shope, fabricated from non -rigid materials smftor to the cone materiel, and moy extend up to o maximum of 8 inches above the top of cone. Length of the horde shall not be considered with regard to the overall height of the cone. 00710x. 5D' Drums, vertical ponds or 42" canes of 5D' maximus spacing Poor ox. 50' Min. 2 drums or 1 Type tft barricade Nm, 2 drums or 1 Type if barricade STOCKPILE 0 On one-way roods downstream drums or barricade may be omitted here Desirable stackprle location is outside clear zone. r1 Chonelizing devices parallel to iroffic should be used when stockpile is within 30' from trove! Ione. BC(10/ 13 -MOD ora 70007 cc. 7:40'1 -lea -AV': oatn SHEET 32 o 34 RECORD MOM !a STR 922 atS I SKr, CITY PROJECT 1E45213 WORK ZONE PAVEMENT MARKINGS GENERAL 1. The Contractor shall be responsible for mantoiing work zone aid existing pavement markings, fn accordance with the standard spedfi- ce6oas ad special" provirus. en off roadways open to traffic Atilt the CSJ Inds unless otherwise stated in the Plans. 2. Color, patterns and &nen5as shad be in mrdormawce w6h the 'Teens Mimed on Uniform Traffic Centro/ Devices' 106AITC0). 3. A ouppianentd pavement marling details may be fond it the Plans or specific060 s. 4- Pavement marhargs shed be :sided n accordance with the TMUTCD and es shown on the pias 5. When short term markings are requimed on the plans. short term marling shod cordorm with the TP6fTCII, the pias and de)aas os shown an the Standard Pas Sheet WZISTPM). 6. When stederd pavement markings are not ih place ad the roadway is opened to traffic, DO NOT PM saps shod be erected to mock the legiaang of the sects where passing is prohibited and PASS Willi CARE sga at roe beginning of sections where possng is parmited 7. Al work zap pavement melmrgs shall be installed in accordance write Ren 662. "Wink Zone Pavement Morlings" RAISED PAVEMENT MAR11ERS 1. Used pavement markers ere to be placed ocoercng lc the patterns on EC112). 2. Nd noised pavement makers used far wot'k zone norkxrgs shore meet the requirements of Item 672, "RAISED PAVEMENT MARKERS" and Depart - mold Notarial Specificotion OM5-4200 or DMS -4300. PREFABRICATED PAVEMENT MARSONGS 1. Removable prefabricated pavement markings shoe meet the requirements of DMS -8241. 2. Non -removable prefabricated pavement moiigs (foe bock) shoal meet the regi rnnents of WE -8240. MANTA/MG WORK ZONE PAVEMENT MARKINGS 1. The Contractor TR be responsible for maintaining work zone povement markings within the work ferrets. 2. Work zone pavement mar -rings shoe be inspected in accordance with the frequency and reporting requirements of work zone troflic control device eopecians os rerpaed by Form 599. 3. The marfigs should provide a visile reference dor o minimum distance of 300 feet during normal daylight tours and 160 feel when Wumiated by automobile low-bemu headlights at night, treess sight +stone is restricted by roodwoy geometries. 4, !Jerkins taing to meet this criteria within the first 30 days otter placement shat be replaced at the expense of the Controclar as per SpecificoIon Item 662. REMOVAL OF PAVEMENT MARKINGS 1. Pavement markings Riot ore no longer oppfitable, could creote confu- sion or skeet a motorist toward or into the closed portion of the roadway, shoe be removed or obffiteroted before the roadway is open- ed to traffic. 2. The above shod not apply to detours n place for less Than two weeks, where ftoggers end/or sufficient chane5zing devices ore used in free of markings to outfirte the detour route. 3. Pavement makings shoal be removed to the fullest extent passable, so as not to leave o discernable making. This shad he by any method approved by TxDOT Speaficadon Item 677 for "4krnia(irg Existing Povement Marking and Makes". 4. The removal of pavement morkings may require resurfacing or seat coaling portions of the roadway. 5. Subject to the approval of the Einer, any method that proves to be stecessfs on o porticoar type pavement may be used. 6. lit cleoring moy be used but will not be requied unless specifical- ly shown in the pions. 7. Over-psiMbg of the markings SHALL NOT BE permitted. 8. Removal of raised povement makers shod be es +reeled by the Engineer. 9. Removal of existing pavement malangs and makers oil be pad for drec0y in accordance with Item 677, "ELIMINATING EXISTING PAVEMENT MARKINGS Aid) MARKERS," unless otherwise stated in the pions. TO.Bfak-out marking tope may be used to cover conf0cting existing morkings for periods less than two weeks when approved by the Engineer_ TOPVIEW Temporary Flexible -Reflective Roadway Marker Tabs FRONT VIEW 4_tf4 JS 1 Height of sheeting is usually more tion 1/4" and less Then 1". SIDE VIEW Adhesive pad STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE 1. Temporary flexible -reflective roadway marker lobs used os guidemarks shad meet the requirements of DMS -8242. 2. Tabs detoied on this sheet ere to be "aspected ono/ accepted by the Engineer or designoted representotive. Su,r,p>„.y ofd testing is not normally required, however at the option of the Engineer, ether "A" or "B" below moy be imposed to assure quofity before placement an the roadway. A. Select five (5) at mare fabs of random from each lot or ship- ment and sufxnit to the Construction Division, Materials and Pavement Section to determine specification compliance. B. Select five (5) tabs and perform the (Mowing test. Affix five (5) lobs of 24 inch intervals on on asphaltic povement in a straight rue. Using a mede.n size passenger vehicle or pickup, run aver the makers with the front and rear tires ata speed of 35 to 40 miles per hour, four 14) fires in each direction. No more (hon one (0 out of the five (51 reflective surfaces shoe be last or displaced as a result of this test. 3. Small design vorionces moy be noted between tab manufacturers 4. See Standard Sheet WZ(STPM) for tab placement on new pavements. See Stadad Sheet TCP(7-1) for lob plocement an seal coat work. Raised Pavement Markers used as Guidemarks I. Raised pavement morkers used os guidemorks shod be from the approved product fist, and meet the requirements of OMS -4201- 2. NI temporary construction raised pavement morkers provided on a pro- ject she% be of the some manu!ociurer. 3. Adhesive for gnademorks shad be bituminous material hot oppied or butyl robber pod for cd surfoces, or thermoplastic for concrete surfaces. Gtddemorks shoe be designated ass YELLOW - trim amber reflective surfaces with yellow body). WFeTE - face silver 'effective surface with white body). DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS -4200 TRAFFIC BUTT0145 DM5-4300 EPDXY APO ADHESIVES DMS -6100 BITIRMINDUS 1.DlESVE FOR PAVEMENT MARKERS DAIS -6130 PREFABRICATED PAVEMENT MARKINGS -PERMANENT OM5-8245 PREFABRICATED PAVDENT MARKINGS -REMOVABLE DMS -8241 TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS 0615-8242 A fist of prequodfed reltective .raised pavement markers, non -reflective irorfrc buttons. roadway maker fobs and other pavement morkiags can be found of the Maierici Producer List web address shown on BC(0. �ct 01.7 0.'* 'g e /e • esus ea• FELIX H ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office: 361-986-1202 Cell: 361-549-4576 PAVEMENT MARKING PATTERNS CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS 10 to 12" a w®� YeJow Yellow REFLECTORIZED PAVEMENT MARKINGS - PATTERN A ®.1 masommmilme 4 to 8" mamma REFLECTORIIED PAVEMENT MARKINGS - PATTERN 8 Pattern A is the TXDOT Standard, however Pattern 8 may be used if approved by the Engineer. Prefabricated markings reay be substituted for retkclorized pavement makings. Type Y buttons 10 to 12I�" Type 11 -A -A 3 ocoo ❑ 0000 0 ❑ ❑coo ❑ o oar o 0 oa o 0 0 000000000 000❑000 0 0 0 0 0 0 0 0 10040 a 0 0 0 O 0 0 a 0 Type 11 -A -A Type Y buttons RAISED PAVEMENT MARKERS - PATTERN A Type/Il-A-A JJ,, Type Y buttons 0 0 Ore 0❑ 0 0 0 AO 0 0 0 0 0 ❑ 0 0 0 9 0 0 0 /1 0 0 ❑ 0 0 00 0 0❑ -t- 0 0000 ❑ 0000 ❑ 0 000 * E> Type Y buttons 6 to 8" \ Type II -A -A RAISED PAVEMENT MARKERS - PATTERN 8 EDGE & LANE LINES FOR DIVIDED HIGHWAY White Yellow Yellow ® White per" REFLECTORIZED PAVE_tfENT MARKINGS Prefabricated markings may be sbsttuted for refectaized pavement makings. Type I -C / 000000000000000000000000000000000000009 Type W buttons Type 1-C or II -C-R a 0000 0 0000 0 0000 0...../0000 0 coon ❑ Type t -A Type Y buttons ti 0 0 0 0 0 0 0 0 0 a 0 0 000000000000000000000000000000 0 ❑ c> 0000000000000000000000000000000000000000 T e E-A Type Y buttons YP 0000 0 0000 ❑/0000 ❑�\0000 ❑ 0000 0 Type W buttons Type I -C or 11 -C-R 00000000000000000000000000000000000000000 RAISED PAVEMENT MARKERS LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS White f� Type 1-C .0 / / Type W buttons Type 1-C = e 0 00000 00000000 ❑/ 0000 a Type II -A -A 0 Type Y buttons O 0 0 0 O 0 0 0 0 0 0 0 0 0 0 O"O 0 0 0 00 0 0 0 0 0 0 0 0 0 r 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 E> White A''''" ❑ 0000 0 ® Yellow mwmm REFLECTORIZED PAVEMENT MARKINGS Prefabricated meekcgs may be substituted for reftectaized pavement makings. ❑ 0000 0 0000 0 0000 0 0000 0 0000 Type W buttons Type 1-0 TWO-WAY LEFT TURN LANE a RAISED PAVEMENT MARKERS ❑ 0000 0 0000 0 0000 0 0000 0000 0 White Type W buttons N Type 1-C (V:3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 r_ ❑ 000 0 0000 0 0000 0 0000 ❑ 0000 0 Yellow Type Y buttons Type II -A -A =me ❑ 0000 0 0000 0 0000 ❑ 0000 ❑ 0000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 White = REFLECTORIZED PAVEMENT MARKINGS Prefabricated markings may be substituted for reffecforized pavement markings. ❑ 0000 0 0000 G 00000 0000 0 0000 Type Wbuttons Type 1-C RASED PAVEMENT MARKERS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS SOLID LINES DOUBLE No -PASSING LINE RAWO PAVEMENT LIMOIRS REFLECTOTZED PAVEMENT 0A00NG5 60" ± 3" Type 11 -A -A Type Y buttons 4 to 12" L0 0 0 0 ❑ O O 0 `❑ 0 O./ O 9 O Tfl 0 0 0 ❑ 0 0 0 ❑ 0 0 0 ❑ 0 4" 4 to 12" Yefow EDGE LINE OR SINGLE NO -PASSING LINE Type 1-C , I -A or It -A -A Type W or Y buttons wise) PAVE60ST ❑ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 lumens -.1 1.- 60" ± 3" REFLECTOR.= PAVEAHNT MARKINGS } 4" White or Yellow WIDE LINE t0OR LEFT 55150 ❑W8EL.ZPSG LBC OR CMA.Pf01ZWG LPW USE0 TO 0300ORAGE LANE 00005o.; RAISED PAVEMENT 0550005 REFLEGTOOZED P050000T MARxreG5 Type 1-0 ▪ H 60" ± 3" .iG O O 00000000000 �❑ 0 0 0 0 0 0 0 0 0 0 0 0 0 Type W buttons 8" White BROKEN LINE (FOR CENTER LHE OR LAZE IHE) RASED PAVEMENT uAW ERS SZFLECTORQOO PAV❑•FHT UA0(P0GS 1- 40' ± 1' ; 40" 3" 0 0 0 0 0 ---0 0 0 0 ❑ 0 0 0 0 1F- 10' 1. 30' —�moi_ Type I-0 or 11 -A -A / or Y buttons Type W 40' ± 1' - lemomm I.- 10• c o 30' --x Type 1-C or ll -A -A (when required) White or Yellow REMOVABLE MARKINGS WITH RAISED PAVEMENT MARKERS If raised pavement markers are used to supplement REMOVABLE markings, the markers shall be applied to the 10p of the tope et the approximate mid length of tape used for Woken lanes or at 20 foot spacing for solid tines. This Glows an easier removal of raised povement makers and tape. 5' ± 1.- 10' - 30' Raised Pavement Morkers L 20' ± 1 ' Centerline only - not to be used on edge Eves Raised pavement makers used es standard pavement makings shaft be from the approved products list and meet the requirements of MOOT Item 672 "RAISED PAVEMENT MARKERS" of 0.1,142.•12.011••••01100,2411116e.•• �=��o�O�^;�eM�AS, JR. A %°•. 33006 a o• 36(//c. ECMS LLC Reg. No. F-3899 5001 Oakmont Dr. Corpus Christi, Tx. 78413 Office. 361-986-1202 Cell: 361-549-4576 PA' TRUCT ION PAT TERNS BCX12)-1 3 - MOD TXy60T1 V. ,.u€y/T :v ;• T9 ! =IT :SECT,r GIST?. <, T m N 4 I— 64 ce N 171pp W W ,50 a G.1 05 H N3 to f r • N tr N • � 4 W d Ind • a i 4. BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS STANDARD sBEET 34 of 34 EVOIMI6 Ka STR 922 CITY PROJECT 1E-1321.3 00 9101 ADDENDUM NUMBER : 1 Project Number: E16250, E16251, E16252 & Project IDIQ MINOR STREET IMPROVEMENTS 6253 Owner. atyEngineer.:::zir,. Designer: ECMS, LLC Addendum No. 1 Specification Section: 00 9101 Issue Date: Acknowledge receipt of this Addendum in the Std Adcnowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: � 1-1, 044 P.r I.r y jzoi. ,...�.�ti`1 gats OF re" Dote Addendum Items:• To revise bid opening date. New bid date: March 30, 2016 @2:00 pm. Invitation to Bid, Section 00 21 93(Attachment 1 j Drawings, Sheets 1 of 34, 4 of 34 and 5 of 34(Attachment 2 .•'' •''• f +1 Of - Tim i‘ ':* #i FELIX H. OCANAS f "t FELIX JR � i `p 3046 ,1, 4.fS\1ts E.s #0Wii.E..i ECMS, LLG Reg. No. F-3899 Apirovee) by: (De;ignerj Fell* H. Ortna5; tr.-P.E. Name Date Addendum No,1 1DIQ Minor Street Improvements, PN E16250, E16251, E16232, E16253 009101-1 Rev 01-13-2016 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS - Article 3 1. The date for receipt of Bids has been changed to Wednesday, March 30.2016, 2:00 Pm; 2. The location for the receipt of Bids is unchanged. ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings Sheet 1 of 34, Title Sheet, Vicinity Map and Sheet Index Sheet 4 of 34, Schedule of Estimated Quantities, Part 1 Sheet 5 of 34, Schedule of Estimated Quantities, Part 2 B. ADD the following Drawings: Added Drawings Sheet 1 of 34. Title Sheet, Vicinity Mao and Sheet Index Sheet 4 of 34. Schedule of Estimated Quantities, Part 1 -East Sheet 5 of 34. Schedule of Estimated Quantities. Part 2 -West ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS A. Question: What is the materials for line items 1A -B7 and 1A -B8 respectively going to be used? Answer: The materials are for items 1A -B6 and 2A-86. B. Question: The Specifications end with the General Requirements: None of the Standard Specifications are included. Will these be provided? Answer: The specifications were uploaded on March 22, 2016. Addendum No. 1 IDIQ Minor Street Improvements, PN E16250, E16251, E16252, E16253 00 91 01- 2 Rev 01-13-2016 4.02 CLARIFICATIONS A. The Drawings title sheet was revised to correct the Part 1 -East and the Part 2 -West designations and sheets 4 and 5 corrected the schedules of estimated quantities. B. The question asked at the pre-bid meeting: Is one bid bond required for each part? The answer provided was Yes, a bid bond Is required for Part 1 and a separate bid bond is required for Part 2. END OF ADDENDUM NO. 1 Addendum No. 1 IDIQ Minor Street Improvements, PN E16250, E16251, E16252, E16253 00 91 01 - 3 Rev 01-13-2016 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1 —DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 1OF10 ARTICLE 2 —GENERAL NOTICE 2.1 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of thefollowing Project: IDIQ MINOR STREET IMPROVEMENTS PROJECT PROJECT NO. E16250. E16251, E16252, E16253 A. This project is an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract to perform minor street pavement repairs throughout the City, including minorstreet pavement rehabilitation/replacement, base repairs with limestone, and sub -grade stabilization. Work may include saw cutting, crack sealing, seal coating, milling, curb & gutter, driveway replacement, curb ramps, and minor utility manhole ring & cover and valve adjustments. The Work will be issued in individual work orders called "Delivery Orders" that provide specific scope and requirements. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work and all Delivery Orders, the recommendation ofthe City's Design Engineer, Construction Management & Inspection Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City -approved economic adjustment to apply to a renewal period if based upon published cost -of -construction indices acceptable to the City. B. The two bid schedules under this single bid invitation includes a "Part 1" and a "Part 2." Part 1 will be dedicated specifically to that part of the City to the West of Ayers Street and Part 2 will be dedicated to that part of the City East of Ayers Street. The City intends to award Part 1 to the lowest responsible bidder for Part 1, and to award Part 2 to the lowest responsible bidder for Part 2. If the same bidder submits the lowest bid for both Part land Part 2, then both Part 1 and Part 2 may only be awarded to that one lowest bidder if the bidder can demonstrate the capability and resources to complete the work of both Parts 1 and 2 concurrently and continuously, within the 365 days, add in accordance with the Contract Documents, and to be able to show, to the City's satisfaction, the ability to employ two full crews working concurrently and continuously, one full crew for Part 1 and one full crew for Part 2. Otherwise, should such bidder who has submitted the lowest bids for both Part 1 and Part 2, not qualify to perform both Parts 1 and Part 2 as described above, then such bidder will be awarded the contract with the highest of his two bids. Invitation to Bid and Instructions to Bidders IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 002113-1 Rev 01-13.2016 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 2 OF 10 2.2 The Engineer's Opinion of Probable Construction Cost for the Project is $4,000,000 totalfor Parts 1 and 2, $2,000,000 for Part 1 and $2,000,000 for Part 2. The Project is to be finally completed and ready for operation within 365 days. 2.3 Advertisement and bidding information for the Project can be found at the following website: www.civcastusa.com 2.4 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3 — DELIVERY AND OPENING OF BIDS 3.1 Bids must be received no later than March 30, 2016, 2:00 PM to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.2 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.3 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.4 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages to: City of Corpus Christi City Secretary's Office City Hall Building, lst Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - IDIQ MINOR STREET IMPROVEMENTS, PN E16250, E16251, E16252,E16253 Corpus Christi, Texas 78401 All envelopes and packages (including FEDEX envelopes) must clearly identify, on theOUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.5 Bids will be publicly opened and read aloud at 2:00 PM, March 30, 2016 at the following location: City Hall Building — City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi, Texas 78401 Invitation to Bid and Instructions to Bidders IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 002113-2 Rev 01-13.2016 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 3 OF 10 3.6 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 1 —PRE-BID CONFERENCE 4.01 A non -mandatory pre-bid conference for the Project will be held on March 22, 2016, 10:30 AM at the following location: City Hall Building— Engineering Services Conference Room 1 ort 3'd floor. Engineering Services 1201 Leopard Street, Corpus Christi, Texas 78401 ARTICLE 5 —COPIES OF CONTRACT DOCUMENTS 5.1 Obtain a complete set of the Contract Documents as indicated in SECTION 00 5223 AGREEMENT. 5.2 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.3 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6 —EXAMINATION OF CONTRACT DOCUMENTS 6.1 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the ompletion of Work. C. Carefully study a d correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.2 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, Invitation to Bid and Instructions to Bidders 00 2113 - 3 IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 Rev 01 13.2016 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 4 OF 10 errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 1 —INTERPRETATIONS AND ALTERNATE BIDS 7.1 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefitof all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.2 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.3 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda orthe related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 3 —BID SECURITY 8.1 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.2 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, moneyorder, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electror}ically through the CivCast System at www.civcastusa.com shall i scan and upload a copy of Bid Bondlas an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 8.03 below. 8.3 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. Invitation to Bid and Instructions to Bidders IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 002113.4 Rev 01-13 2016 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 5 OF 10 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.4 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.5 Failure to provide the required Performance and Payment Bonds will result in forfeiture ofthe Bid Security to the City as liquidated damages. 8.6 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.7 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 3 —PREPARATION OF BID 9.1 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.2 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.3 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.4 Provide the name, address, email, and telfphone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.5 Provide evidence of the Bidder's authority and qualification to do business in the State ofTexas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10 —CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly Invitation to Bid and Instructions to Bidders IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 002113-5 Rev 01-13-2016 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 6 OF 10 indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only forthe convenience of the selection committee and will be destroyed after the Effective Date ofthe Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11 —MODIFICATION OR WITHDRAWAL OF BID 11.1 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submitsa written request to withdraw the Bid prior to the time set for opening the Bids. 11.2 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafterdemonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 10 —STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 11 —EVALUATION OF BIDS 14.1 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work within the contract period and/or whether the Bidder has met the minimum specific project experience requirements. 14.2 Owner may conduct such investigations as it deems necessary to establish the responsibilityof the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.3 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have Invitation to Bid and Instructions to Bidders IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 002113-6 Rev 91.13.2016 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 7 OF 10 against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15 —AWARD OF CONTRACT 15.1 The Bidders selected for award of the Contract will be the lowest responsible Bidders that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non -conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.2 More than one Bid for the same Work from an individual or entity under the same ordifferent names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16 —MINORITY / MBE / DBE PARTICIPATION POLICY 16.1 Selected Contractor is required to comply with the Owner's Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 16.2 Minority participation goal for this Project has been established to be 45%. 16.3 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 11—BONDS AND INSURANCE 17.1 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.2 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 10 —SIGNING OF AGREEMENT ` 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Ownerwill process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. Invitation to Bid and Instructions to Bidders IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 002113-7 Rev 01.13.2016 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 8 OF 10 ARTICLE 10 —SALES AND USE TAXES 19.1 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. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State ofTexas Comptroller. 19.2 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 10 —WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State ofTexas Comptroller. ARTICLE 21-- BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. ARTICLE 12 —CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIO. with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23 — CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 �nd complete Form 1295 Ce ificate of Interested Parties as part of this contract, if required. Far more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24 - REJECTION OF BID 24.1 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. Invitation to Bid and Instructions to Bidders 00 2113 - 8 IDIQ Minor Street Improvements Project, PN €16250, E16251, E16252, E16253 Rev 01-13-2016 1 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 9 OF 10 E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F, Failure to have an authorized agent of the Bidder attend the mandatory Pre -Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.2 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City -accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post -Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. 1. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bider to demonstrate, through submission of the Statement of Ex4rience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENTOF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Invitation to Bid and Instructions to Bidders IDIQ Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 002113-9 Rev 0113-2016 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 10 OF 10 Bid items where the costs are significantly higher/lower than the costs of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of (i) all remaining work or incomplete work items under any existing city or non -city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same orsimilar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items underany existing City -awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 101Q Minor Street Improvements Project, PN E16250, E16251, E16252, E16253 00 21 13-10 Rev 01-13-2016 1NG1@0a/ x01075 9Z JSOM -O9ZOL3 #103fOtfd 91. PII3 = MOO # 103f Odld 0 PIO =. n' W0 2^ O 122 N A ddW uxvr3IA tel Pie - E0913 # 1031'Odld ! 8 Q3N dd33ld ID 1Q MINOR STREET IMPROVEMENTS E 36 T 390'd aMO, IR 9 NO4 SNY1d aas M ID IQ MINOR STREET IMPROVEMENTS Projects: 016253 -Fist 1A It E15232 -East IB .. Projects: 615231 -West SA & EI6250-West 2B mama imp. Ma ✓ TITLE SHEET. VICINITY MAP AND SKEET INDEX CITY of CORPUS CHRISTI TEXAS D.pa.hna.t of e+gta..ri'+0 S.rNe.. ECMS LLC Reg. No. F-3699 5001 Oakmont Dr Corpus Christi, Tx. 711 I ] Office.. 361-916-1202 Cell 361-549-4576 Pr(na IIAITC MOO P mor Mee Dopon eeela Onion Mew s AOA01*e.•Comedo Cob Reno. ...mil 2M comeneen0L complete L place y ha " tarn um LA 1 masa Ian 1A Demure 1 Rapor.ADA cob WM: IWITIO a ■ Rep*urn..l . d w ADAramrot titopmpicene r 10/14 St Moon Clea ea Mono Chdel 14117 IPM 04•md1MA411ONOWAN T15*f7Cl4nan RAA*IM e7 we Wawa" PATIENT' 1A01 hoot' 1 Noisome* Si Gultn,omelet' 11 MO OA11 G� Pmnoul N Neolacenw4NMdlIWYNTm4Mnd5I mnl5lre poi r rime g OWln•t ECh1L LSCRIM N. Ip.n4 le.P./ 5nmr4 1lineaement of S.dewe3U SP leak s* OW Oka Part 11111 -Eat/ M Aran W1.3 NW 1eR UAW aNWtm� a�11 tpWT1Y Saul old Et 11153 lad 1A Jot 1/14•Otordjer1401111011611 NO11AEa14tMT14311) le41 F4NYrn5Mendalhey Iwai geese-SSH.W*ldl LS 3 IAA} treffle0Ttmul,Regde114 Sown Gay 710 11.1 Oxon&NelelSheets Dee 11 1A14 Dees Dec. SA S 1UATO*AlRARt G.A-mW4Pam LINA Um Gam] 41411.4•1014174111146211161104MCSOI In enNIAUN.m1TNee15Pa1Mtl51J SW 1141 1.a1C4at, peace&cew1. SY L603 1147 Crap leek 41'.14• u u0W SA 61 Banal fila r L WO W 7 Ate SY mwA7rwi per moan,. Order 3Y - 1,400 U4-64 SMI>ar41,A511lpn/1. IMO Lao R endow. wr D.I5.y Meer ST 3Y Lim tuns Sar hAD ternroL trecum t7 1-10 Kennet SIWAnd north Won g Look 3r. mmplm In atlas pn3Y IA 66 e►rorae a 11r.1n potI l71l5 o*.to pat ab40w-. held. Ma, mental; ww1pr mt & addend. Leh. Dee 01 IA -01 IIMAC Tp.'0' marW Ir p4S Mk rope*, TOOT ComitAMOm erre 144 leloOks M. 760 ]laser- Spedi.abllM S t e.5Alon toe lack coat 30th AL Raw en -mead Peeler meaur. (ASnMI. MCI DIAS 1112.1,6lpllll5 MI .R.dllan ler tack m Yen 740 1469 ,Alpelere ler umMe>lated loonbertowner5 LS 1 Sane 1 to reada.y MOW • !amend FMeal. Panama SOIN4w. 14pe*7 oath saw . gar lad blots dM ATTA0.1411r wan n.ph*h moll. miles era0ee (grACl 11610 SabW.4e Rena 14 to4*'p10S34M 1trofte lenMI ST KO Lk 611 Wee Rep**, Lppef r Dept& (*Parl1511* Ger R.Arr. Ad*5* .51' Depth Na•.e1re11 SY SY MOD 40W I1.513 1A-11 Saba ThtRemerdRepair Moe 2HOW 3Y 2A0D 1424 7neet.,4m Mph, 04/moot l' Myer Meer St 1!W Grp 101SSD 3Y looked Smelt Pemex 34.1151. Dep lar wah me poen Mimi leTeMo+7..05551+, Demand ewy.a DoMmeel/ewers mew* plea 1PWete IMAMS Win Solna*.wr oDTO 4-4' Moth One evbibadorl*A) Se I lir! 14.616 Her Mph*.Dawn. DepD541mn1ne) S7' 2.00 14-17 H* Ngae, Adpeonal r Doth ILann.or1 SY 7A01 11611 Wee Teem:nemAaiun Unmet 2' NOW SY 6110 14411 SWIM Npatln.la Dep.* Ad5Meed r Moth 11A.0 17 6103 amp 754 hi IOO Et-IMn1114 +ladle Peeve Mow. Seven with males; liplde, bale and hews raelnee M/rrpM1 m5*tL.ep/mNa..e San easy *Orly etc f10AA(} 14600 MirapeReser rt& 1146' De.nnarlr aatea..tb.. 441 Sr IU 14111 sere sepal. Upp.. r Depltl (I0hesehel SY SAW 34.111 ger Meow, 44m04nel 3' Molt 41.meon.) SY CODS 1A-123 ;oleo Toe MOWN Pooch Woe, r 4544* SY late 10.624 Solace JoAtnwee•1Tw*Meienpl 1' Dnpa. MAA[ SY 6005* f5M10TAL PONT IA•S SWR 4are4JBQn Own 34-1 me woo M1AC.ABA R/wOKMMIFr WON ran 14A1CIO6RI Air UMM 1 MTial G{] Mew s AOA01*e.•Comedo Cob Reno. ...mil 2M comeneen0L complete L place y 100 MO Demure 1 Rapor.ADA cob WM: IWITIO a ■ Rep*urn..l . d w ADAramrot titopmpicene r 10/14 St 100 hereat Pike 1AC-1MA pAtNOn14.71I tip rielt 1A.337 14117 IPM 04•md1MA411ONOWAN T15*f7Cl4nan RAA*IM e7 we Wawa" PATIENT' 1A01 hoot' 1 Noisome* Si Gultn,omelet' 11 MO of OA n Owe G� Pmnoul N Neolacenw4NMdlIWYNTm4Mnd5I mnl5lre poi r rime g 14100 1401 5nmr4 1lineaement of S.dewe3U SP 100 SADA Storni otos Mr4tele RN 1 Coo 014.55, ./nn. Maned. Primal DIM A1rm61r wolf.. O.mn.1M&M AE(rrdsrea RAP & / C [TAB. In Ede 1 ar5a mrpOtN plan 1110T0111/0/71A-0 • 00.04.411116110VMOITS 01.01DIMI 3444 y M Mt •w5Tre wuramilmb. BMWII an WIAIWI 121 Mb 1AHa0.r11TMRll 1401 �Mhln Yahe Ma Adlwmnnt of SW/me eclat coolie. a trT 1 ILe.TOTM PART IAa-WWII1r56HMIlal 11.6.013 3401 A.ntmel 4 ArplaerrrrR Lab A GMee., in U ae. 1Amaaa.teaata Pnm IPr moon re e1 1.11A3lerrT ANO ane MI MAMBO -T- 1/411 Sar4rr7Swag LTAranr lag 6 Coen AdOwnem Waugh' Nee Mr51e RAN A°NW Eats 1 bawd* n!^ew MORE Helen 44.50rent RStp, SOMIea Steel Ole.14541, and w/ Loess* Caw, Mlles !'*1074 WRIAA • WASTIWAtle a ITILWO O41DA437 S5 SW 6115 Lid E16151 East 14 lyrtl4A.Borriper*EC110Rn1'5ERROImIf AIO WO WRMYr©OJ 35.4.1 M144tetOYDodl1N./ 1W140.111ad Sw-tett'de] SS 1 111-A1 nitric 4nrpl. Ma4Mma5 Skeen Oar 130 16A3 Camel. An11W Streets Dap t}0 15..1 kT�ea1k /More Dere EA 2 UMW APART p4A 60110.11.14... 0 At 1Al. Rlq • on 151- emit m7*IBlOrtspo=nom A et eW}no01406101101 neon id 01 PIMA; PAU* r 1.0:016 2E03 23YR4um nMoerOelleereOrder ST 'Ate ILA! wweleW and Ad aWpl I' .00 WO to 2ST me*Srmpe Davey Ones r 1- OOD 1463 Camra tekikee bare wNh 4X Cents% baldn♦ Meet 15.7.31'.mnp4te In place pOSr SY 104 15-14 Almelo* toe UnantOpOledSave Irepl arses LS 1 limp Ito ISO ST LeonatO S4al4e Doenom Drumm 5peln with me Dean 1eaNe517 Maw 44e,IMC Ind TOT.. oteennehew1 oats neon overt [Wee hero 1015 Sabine* Reale ele4-6- M0d.I2n01111tlsedorl PO 1-Y DM 11-01. tam 5tpW. ants casts lue.0 .$ 27 1!03 16-7 Use A.pnr, MOOD/ r both(tpnei*N.] ST 3.15* 146E Salon frogmen Mea time r MC S7 3303 1411 S,o41Q near.r4. Rome A*Ad.41' Dealt WNW[ ST Taste Rep HOW .5.4.117.41.1141.1551 MST 1112+-7WIW aare.MKSoothe. Rep's 5M1Mw 0Asida4Oq and wf45s reetm riltwee wet* whaRtintrn5(NMAIS Nemo 15110 1460061 Nva* cyto 11-' OTTOr Pee rgrladen IMO se 103 11431 par mote, Lbws I' Desi, akene -3.3 SY LOCO 114t7 Hr Rrw*, Ad$Menel 1. mOTWroestoroi ST 111 15411 Sodom TmmorM Repair Upper rfmaAC ST LOOM 11414 SWhce matron! Meer *4414,11' Oboe% I.MA[ SY 1,00 aarya25063 IMO SY Waited FOOD PITwa1StNCLWA Swam rldl 1..45.1/ nOr.de, one rd ahem Truman/nook, Wry mploN 5remte raw Delft elsti 1-4 (11Mau Iewr 11-61S Slow, New* co OAS' ConhObne .u011e.ren 6X1 Sr 100 11116 Ml/Nepa*, Upper MOM llemleMl If L703 14117 &nllpa*, Adria.nd 1'Depth 115511nel ST 1,70:1 14114 LODITrtalman lap* Upper 141.0-1' Se 7.701 14117 Seism Tq{Iment l.par 4416.n5 I. Depth%MAE 1 3Y 1.164 malate NAR TAa. STIMallesO4D1Dm laws 10410re 151111 lac -1MMNO46wIN 5*57014 Nr MIAMPIEMPfr LR RAW M aesSR1 ]4Ct hew ACA Cola Corium CaumCrb Romps, meeting U g7D RMplane^!9'd^1e^e n plane Si Ate 14tl Deremo l Napes ADA Amer/ & R.pacament y SCO curb me ofADA 11114+145 Inwmp4ane.nE 1 MAL MR 11C • Aw 1AlAOYDADit1 Moot 1101111.14= Om IAD • COMM Rp04tIR1R6 yr SWIM rail ttM WWISOB OW6 114 *M WNW) 3401 A.ntmel 4 ArplaerrrrR Lab A GMee., in U 1.OW of complete pan 16.07 A nto.a 4 Reptacementol OrhTMay approadtn. complete 11E/IDedam ST 1.000 1401 Atere.514 Aeglwgm.nlof&M eals S5 SW 1104 IMDIILPIRT Stem Weer Manhole Rql 14Seee Adplmtmt.5(6ew Manhole lank 0a4 Cow Awed* w/wow Cowan Orght Adledeere eRna 1 C454*ln Collar le Fxh 7 w/ cower* Ore 144• IDAI*IR 1.4ROO**0 11711-0* Ma 11611 antra :*1115 War /MUM low UMW SI a W laMlla lMOn NOWAPin MTMEMB 14f1 *Wm Wire Ilea AArn.wfmawe*alle eemplatain place 11* 3 lUUUTOtlL 121115- WA1u 1Me0YOO1I7 pN11 a.1 Mf a11r7IWbTnlMA ITAIINn1f•O MRn ae 1515T1041A= 7.at.rySnow Manlde Ally Af A4}lemere. MM MUM 1153 Sash 2 saludi g New Manhole Rail Giver Ascent* pi ere Heel *Mint Aulae..M R*1,Sunan. teal rake 1rlliler and w/ [wa.b mar, mapin.I. pla/ Na1Ot1L PYI 351.5407 AW Alla UNI OYMMn3 (14f* PNOItt7 411131 EAST u. Ma 3DAtMAAY. MARE u PATINA/ NAT 1.A GI*RIM Ilt nr 11111Me 1Ar111 WIDOl11PARIA-. Sterni nal&CO LNNTSMoth3A-01thwu 11.2.9 =TOTAL PAR LAC ADA 4y10VIATVITSf*4* 1011 Dao 10671 I WII101A1 BAIT 1A-11. MANAGE 1MfR04EM1N1SOro PAD th.L *04eq 4*10743.FAIT IA{ WA11NWIBOVE [NTS (Rem IAA Eli T11207Al MAFIA -1F . WAs MAIER W PSDr[I LNTSlarn 11111 WEAL MOW mats ins Mans 144 Mau 10-11 ( /10/([7175232 FAST 11 • OW 3110MIANY • PAM 10 St1i034t Pill 10-A• OF MERA1 (••.•m 14A1 ds 1404) 1 41110111 Parr 144.115117OAPNw[Ar/4ISMarra 15-11 Opo 10619 SUBTOTAL PAA[ 11C • AOA15MO11MCrk3 Mem I11C1 pre I1 -C71 SUatCO11 Mar 1401- MAMA/ 111PND*111141S (gem. IS0111m 14041 sustain PNRUE WATER atflaStatt*rt3tam 15511 W510701N AT Ulf • WASTEWATER OAPROs'MSNTS Poo 111411 MAL PROJECT LIR 11O)MR31M 1114 WS { ISOIAI PW7CI SASt l5D(PAR11 Bae IA 1 He 111 1 1 [Meld Thom SAW agra.s 1 watt Tear [rmple W11 144 ADDENDUM NO. 1 ATTACHMENT NO. 2 PAGE 2 OF 3 EMS ore Rag. No. F-3699 5001 Os1m14ot Dr Corpus Christi, Tx. 76413 Office: 3614U-1202 Cell: 361449-4576 i N Cr 4or34 611200 CROW la SIR 922 car pmo.*r? 1E437/A r ..a.tT llama OQ Mt•r Yowl 11p..e•Ks 122190 Pr9)LTl 1....er. 115191 Wee sA 1111311W414 19 0.999 Sldgw 01991Eimer PAO OAR: 11.m1/rr. t31 Etc EMM H.091.94. ►L 14W of IX Ire Pool 5A a 23 -Wear a Mess sown Merl 9NPIar ..N IT -no 04•+9+1 3910 SId 531531 W.M2A 19114•...91101911101111911111181111066111011619211611111112 1411 M.a43993911109691931 1.01 M nixed S11•494011161 IS 5747 13301.3 099966 00*015OM 310045 099 IMO 5A -AI Trek Ca.9o2 Arn09199e.n 52 2411 Om. G.31 TA 0131001 PAID MA- U10J LtRe•1A111Y.3LAQ Medi I1101TLp110I561018 4915420141 2200/0/10 pamalz.0 Pawn) 2411 1alCwq, par ret seam Y 1,650 1452 1002 Moan (141011/6 1.151110 5AW SY ednls.n pre ONmyONs 53 1.00 1444 Flaring 00167L66001a.r 7' 1006 M tale 1Y 1nlnlam ped DeaaT41d31 Y LUX 2485 Cementoaam.d Ian 140.4% Camera, onlatno Offlemato ▪ maoiM In V.00 per SY Y 706 rd Hole Oeac1,22401a 1 -mon pot 11aaa repair crow m waded. H.e1., matrMkevApn..1 • a.deenaN 111 Day 36C• LwA1011211105On 1102911191r10o 14'A11A101AA001N2113M 24C1 New ADA Cub IMO: 03,39939 Cab 11.24. meeting ICU pmm runh mkte N roppie Y X6 1/1-C.7 Narrow a Septa. Mil orb ram 00330015 ■ Nplwmer 01 AOS roan belie en9Mwe 41026 Y TOTAL IITL4C AOAIMELDypMMT$0AC1110U:km M614446042111•90.1310113639 ULTEll 0 001 REWf®t Pal nal MI 71.01 54-01 N 711Sa3aa a Rept.nn eaa 010*01 Gamer. 1 0 W.I. pie SAW Mnoral a 1241ara era d show., 55,00 hea, 105,ht. Y 2106 2403 *03390.4 1 11e9ae..a.d11d...Ms 1.04 50-01 Stem Watered .le Rival 062,ha.100,.w/..w 510 fes am and Cover AammMp w/new 19•004 119261 AdAAOnatprya a r/Cse.ata19I6. tampon 1. ploe Each 10 O OnlIal. MT 1A-0 • 0 00'A0E 010 W 04Gr110.4.011212114-92 993369 -1110311 naownlN11Si. Yap. el 11A10693.39epe9 am 000101 VAS W00 Ya11. Ln AQ.seravat C9266244.'. m.1d.tn 1. pin 161 709MNMT5At • 29112 RaR0Y0AO1T11a415 (row 119 9993799 3713 10•10.9193191699 McO1N 01.4 mwr.aar 993 NM PIM 6393990 Sonny S..01 Medd. W i Cow Ad*wtmem. n.0*0 1.r 1492166 Sid 0 Omar & Neely a/.reHIM 5411 M Ad)ramaT Rip. SGNoI Sled Ni. 0d$'gr 9,4 el tenon. olW, mmpite i pl co 10 A1010t01011 HSE. WMi1WATD1 YOV012a%0M51 DAT !*L0 TYP.10 mre.il ler pat holo r3Mr,T.00T0*MIsd 9p.d capon 405. c.msn Oos 109)110.121bdre 5T 1 .oche. fad tack out Ton 460 21.81 14104.41 PrrCn.ad 0.500191091.0.0 (AVMS TAXI DIAS 920051.0/404 Al411140, lw tact cwt arm Edo 4591 /014..4la t1w.11 89491 Yn911..posmmen / I1 boo 110 110 St. 00003391 Read, Ahead S15UO*, Papas atm maw nn004 Wooing •.adwar 9.60216 bee and 2m160o.00nant6.p291904 =OM W222, 6604 wme 2A SA IN .1,64.100** to 44• Death led.. Ma10n005011 Y 500 14111 B.1. Rope, Upper r Depth 1Ur.estpm1 St 2,205 31.112 Ma !leper. A9002211' DK"Ratatare) Y 4,400 11.0(2 Safari Treatment Repan Ipp.rr III4AC SY 2.02 2A414 S..la. rrwe99a4 R.pr 96919.91 1' 0906 00/65 Y 2.101 01040 10 10 730 1T ImbedENa4. hamming StrueweSry00124th tam 001.6 ware; 2cha2.003.0.,09e994199*9l 69.55,10/2* 9992 asphalt anima, { MAC. ken SA Y 100 Y 2/100 Y 7,052 VY 4071 ST 4002 34855 20.110 21817 21445 51119 )*353140140w 60 so 48' 010000ml.nbplan99 045 Rea ley*. Um, r Meth 111.1119.41 Mm 6ew1,191100.01 Y 11.000I190939.0 Sebes rrerowerd kepis Upper r 1110AC 691991 T...m.e.I 119961, 610913931 t' 05th 10301 4004. 250 to MOSS 5ata0e.d RedMr h.erwnt 51..e0. Amain arm rw 5A9,6 4.2019 3119115 Rw10..Ea.Ind .arae t.aolN*R/rnW Wag .141101xenon. 09449. wa551 111 14.520 24451_ 11ns4 J1epal.uot.4P 04216(0e r16e..ben 61-2 M. sep.e, Speer r DOM 5100 11/005 Y Y 4® 2A402 gal await, Addlanal I'01010 Nrn.Oenel Y 0,000 V1671 Lear, T1.sm0at 1mWapp,r r laaUc Y 400 14636 1.691 t,11pwm1 M OY 691194/1 I' Oath 19610 Y 5010 SIN10rAL PMT 018 • snmTYlp*B®IRIma1UNI011151854 B ale ad 115250 West 51 611214:1.1..U.SIOTIVlN2f1t TNORM 00 21112 „W041629•299,2562/6,951992221064901921 Tau Frank C99943490enalp.att. is 0+Y 5617 TM1tConuo3 Arer5a1 Strata Day I341 Wenn Days 1A 110 130 5 saa11/TAL Nn 16A. 2019A4 3699111•41 tar 55.011 M AI.811504•20rPx811*mr9E0 9141 AR m.Aanaiter LWyk PCs MIW0.) 23-81 w..+ai (1106‘1, r 112019 5010ST 1919.999. P.L.53TOm leo SY 260 Nary lMandluktOseal 1' 1000 192000Y.a12..em N Mem pd. SY 1000 zap Cows 11ahOrd 110.03. L%Conant 0e0604119rsm.. 40.115, ma+nt.1 N At. per Y SY XO 20-64 Ager.sr.e I*IMsmOlpaed Yin MPowrt.nLLe ES 1 fangs 1to10Y 54.00.0 M0100Pe.m0N Sh.meeRaWafrith P 0prko 999ung 9119.99T subside. two and 001.5! tneame Wlep0051. asphalt amonto 544A9. Rens 21 5.45Pdr 6.041 W q1#' Depth Sar. a bliside6610 5645 Y 100 2¢64 Ina Rep W. Upper r Depen 40-119621 Y 500 2141 Rite 945014,40111624 Moth Den00em1 Y 1.000 5141 S..lsn rnstment P9969 Upper MAX Y 100 266433 Segm 64•229* Peseta 9.1099,21 r 0299 moot SY 1000 Rise100m230Y locallsod0011. heaven S10s oOpel. 229 mew sumo mottos .1.66.1p1060l6e, Wye 9,91 m.ra91 l.eh.o. 6692.6 Woe apa.0 moan haus} Rema 25 51450 Se0sler RxppO 69 le 4.05' Depth Ia+n tnbinson 011 Y 10 2x11 Ino 169.I4. www r 009th 5566erem) Y 5500 25411 Mn Pap*, Addltla.l t Dmilq isiess d 1. 1.#5.1 314117 Surface Irea6met Repair Upper Ma9AC Y 1,50 58414 290290.999491 1149•4 41099211* 1' Depth 116.014 Y 1.50 Rap nom um ST Em4M MUM. 0...004 994.9s911149114 AAA w. 0194 491911909;19140939 base and melparlyeateurrainew9.199 aphaRew.Oen(KMlC. 44414 701.,, 55 71-411 ;060610OR* w 5044' Doom 1.2 ,5Oatn51. 921 SY 100 71-155 Lem 114991. 111.614 r D490 11612E9941 Y 1.500 21451 baso Repair, adasla 011• Moth lelm+ea.l Y 1.902 71-111 Sedate inerrant R5PWU*r r MAC Y 1.900 mass 5.4.91t5P.er.d 0ewl3Aedwa.611' Doom UMAC 1Y 1302 161225,M MTV.- 141911199201114611112696.284164“ 264111 Pei 91C.aDSRwpg*rd5i.0014RE1 A1111A5U194:IMUMA/QINVMR15 23-23 00011ADA o.now owComma.0.0Ra reek TeLa nQweonen ,maple. .910! 49a99i R.OI.n AGM a R.Ptem.aa Sr _ 11412 Y HOD nob now dermal .plaa2/ TOM 9140A reser 101S• t.r.n 52/10345 005510. 6133.90909091913 4254:1 000U 26.03 114.1621.29190211111111991402•112111116101=311 la1361110 ma ra 26.01 Ren0ral a Relemrent 91 Orb 189424,.S.ploq . of 1.000 pin 21417 Mne.l•R.piea.aa 91413030, aedrt.l 011*0 .nn.. en.. V 1902 70-01 01330001 & Aepllnnrrt of Sde.dts Y 501 2r -or Stam Waco 1//aN.0 WIga CE.4•A69116.R, ./roar Manhole 162 tom Amyl* Cade 4 and wl.ew Osman HOCK AgeW.an Raw a 1! Cao1MCohr. complete m p11e 5U1Em*PANT t/3-- 014446160110411011I9 taw 150 SMI Aware. V.Ma00wm91tlineve Moa 0505 a.Pacm.ra10.00 00 POR FAME1.r11II11 1601 1:17,...............n. Ex eratotpb. complete In [awe I s AL PART 1fa-11•201611410061002159-011 F run ara#aRal1UmVath.atm/1m0caw a nag 1199139133391 a. 1919199999119r1 srmyry Shole era•C BML a C 996919299.*Imei& 1241 111105 S Nen Manhole acawn. 1411- 10000330005. al 0.040 lldEHNKfd Adamw.n Pam SOMdan Sled hdkw Mhl.cr soda/ War moplrtr01 place OmtOr* MMT1p4•2bis 1aa154 6324160101120.411 PROIDCT EMUS WV 2A - 410 SUMMARY MT 2A SUBTOTAL PMT IAA . GE1RR45 Ilteaa 2141 deb W 4) 5R51OT45 PAU1A-1• S12LRIa1PIWKMEN15 Bum L45Ow 5A-1241 smarm PARI 2A -S ADA 6191121514121511222 24-C1 U.0 7A -a; 511011145 PMT 2A-0- 0R01IMI001ROYEMENIS lbwaSA.DI Res 5A-120AAt01A1 PART /AB � WATER OI010W 54003,224124(15 0.021129 PART IA -0 03051350415*0* 3 M174TS em 24-311 717T45P40,CT 1402 000 1001t11A-T1au 2445 I BR011=T GAM 21101T 23• MO SUMMARY PARC.! 51Un0TM PMT 244 001111.1 12991 2241 10125441 SUSOTAL PART Xi • MIT 011PRO41YENK(l1.ma 21111199 21411) S 1110105.PANT26C ADA 1/1146052/441415 Dam 2102 Ow 111.021 SU510541. PAR 260 - O'A11h01 011110521411413 M.m 7611 deb 5e-04) SUBTOTAL PART 264- WAT10 1MYROVEM0R501.6 ME31 SUBTOTAL PART 26FWASTIWATER 01PPANDA NI5 19622141 TOTAL MULE= MAUNo5PAITTsri. TIM 284) 1 15/41100431 BAIE110PARTS ova 24 a wen 211 r 1 Csalne tae. �15dam yam.. I* .9.4.7T.e.1 _I - . 1 151 ADDENDUM NO. 1 ATTACHMENT NO. s' PAGE 3 OF 3 ECRU LLC Reg. No. F-3699 5001 Oakmont Dr. Corpus Chnsti, Tx. 76413 Off= 361-966.1202 Cell: 361 549-4376 viol J d 340 ROM 011120 10 g STR 922 Iair mar l&/325-1